Loading...
HomeMy WebLinkAboutC-2325 - Emergency Communication Center, Police DepartmentCITY OF NEWPORT BEACH u r e. OFFICE OF THE CITY CLERK (714) 640 -2251 DATE: May 14, 1982 TO: FINANCE DIRECTOR FROM: City Clerk SUBJECT: Contract No. 2325 Description of Contract Emergency Communications Equipment (Furnish & Install) Effective date of Contract May 13, 1982 Authorized by Resolution No. Min.Act., adopted on May 10, 1982 Contract with Motorola, Inc. Address 171 South Anita Drive Suite 201 Orange, CA 92668 Amount of Contract $115,410.00 40e /'Oe'���y� Wanda E. Andersen City Clerk WEA:lr cc: Paul Henisey /Police Dept, City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 Page IA • CITY OF NEWPORT BEACH FURNISH AND INSTALL COMMUNICATIONS EQUIPMENT EMERGENCY COMMUNICATIONS CENTER PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he he:; careuily examined the location :e work, has read the Instru,.tions to idders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all t',-- work req uired to complete this Contract in accordance with the Plans and Special Provi >I —iis, and will take in full payment therefor the tollowing unit prices for the work, complete in place, tO wit: ORDER QUANTITIES AND PRICE INFORMATION QUANTITY ITEM UNIT PRICE TOTAL PRICE 1 Police Console #1 (total) $ 13,407. $ 13,407. including specific components: Voting indicator /selector 1 Telephone Console #2 (total) 12,759. 12,759. 1 Fire Console #3 (total) 12,430. 12,430. 1 Supervisor's Console �4 (total) 13,206. 13,206. Install consoles and cabling 23,670. 23,670. 3 Remount & install maps 1,520 4,560 1 Prograrmable Paging Encoder 2,832 2,832 ITEt�1 UNIT PRICE . 1 EOC Console (total) $ 9,543- I EOC Consolette (Includes installation) 5,479. 3 Telephone type remotes (Includes installation) 758 1 UHF mobile -relay base stations 3,727 Install base station & antenna 749 5 Instant- recall recorders 2,545 Furnish cabinet, mount comparators Ppa 1,266 Fire Satellite Receiver System (inSNJ?stion) 4,546 Backup battery supply •278 TOTAL PRICE WRITTEi IN WORDS One Hundred - Twenty Three Thouse:id Four Hundred Fifty Ia's and Cents Page 18 TOTAL PRICE $ 9,543• 5,479. 2,274 3,727 . 749 12,725 I 1,266 4,546 273 i 123,451.00 A. Warranty - Option: The cost for one -year extended maintenance following expiration of Manufacturer's warranty (refer to Section 38,244.00 2.12 of technical specifications). $ NOTE: The City reserves the right to reject any and all bids, to waive any informality in the bidding and to accept any bid or portion thereof. F.O.B. DESTINATION CITY OF NE1PORT BEACH Terms (if applicable) % days (Terms to be negotiated after award of Delivery date 60 -120 calendar days bid per para. 2.18 of specifications) Motorola Communications and Contractor's License No. 321163 (C10)Expires 7 -31 -83 Electronics, Inc. {,'9 Bidder's Name February 26, 1982 Vice Presi 'dent and Operations Manager' is rC!Ser..s l;o are s.i._... .'. r. :" -^••±: ruui.a ui ivv, Ji11 L.0 2V1, VL Ciltye, '1.d111U7.-i LLd 70000 Bidder's Telephone No. (714) 978 -1100 • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 100 of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. STATEttENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10" of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope c­.itain`ig the bid. Bids shall not be received from bidders who are n t licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach bUSinacc lkenS prig to «t.,_ r i.___ 4V A4...V 41Vli V/ con. . ii 111 rac L. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. • The- estimated. quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied 'by unit price submitted by the bidder. In the event of dis- crepancy between wording and "figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract-documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice-president. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of rcr di cm .rage `" l oval i ty h4 ch U e .i6vk ;5 to Le i er fol :,:ed Cur each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7991 in- clusive). The Contractor shall be responsible for co,-pliar.ce with Section 1777.5 • of the California Labor Code for all apprenticeable occupations. Motorola Communications and 321163 (C10) Expires 7 -31 -83 Electroaics lnc Contr s Lic. Go. & Cldssification Bidder Febra GGC(i�C� Date Authorized Y akure /Title Vice President and.Operations Manager . Page 3 DESIGNATION OF SUBC0;7TRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed sub contractor (s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1.Entire Project M cor b 2211 South Lyon Street Santa Ana; California 92705 2._ — Telep` one (714` 979 -9642 a 4. 5. 6. 7.- ... . , Motorola.Co-mmunications and Autnorl7ed"y1gnature /title Vice President. and Operations Manager r1 LJ 0 • K�;O'A' ALL PIEN BY THESE PRESENTS, BIDDER'S BOND • That we, Motorola Communications and Electronics, Inc Page 4 as bidder, and Seaboard Surety , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 10% of Total Amount Bid Dollars ($ ), lawful money of the United States for the payment c: which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OELIGATi'.,', SUCH, That if the proposal of the above bounden bidder for the construction of Furnish and Install Communi cations Title of Project t in the Cii:y of "e e—rt Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a rotice.to• the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 17th._ day of February 1982. (Attach acknowledgement of Attorney -in -Fact) • M Title Motorola Communications and Electronics, Inc. Bidder �— AuthoriW Signature /Title Vice President and Operations Manager Certified Copy 4-Ni- kit( ), -ml) iZl —1. No., 9214 Nj :)v Yin;tc, N£c}v Y(trtx • POWER OF ATTORNEY 100W ALL MEN BY THESE PRESENTS: Thm SFAI4OARD SURETY COMPANY, a corporation of the State of Ncl% York, has lwv)v, ennstitutcd aml appoinit-d and bV these presents dots make, ennstitute ruin appoint James E. Lee or Thomas J. Joslin or Susan J. Kohnke or Lee A. Brodsky or C.L. Anderson- - - - - -- of Chicago, Illinois its true and lawful Attorney -in - Fact, to make, execute and deliver on its behalf insurance policies, surety bonds, under- takings and other instruments of similar nature as follows:5dithout Limitations Such insurance polices, surety bonds, undertakings and instruments for said purposes, When duly executed by the aforesaid Attorfey -in -Fact, shall he binding upon the said Company as fully and to the same extent as if signed by the duly authorized otiieers of the Company and sealed with its corporate seal; and all the acts of said Attorney -in Fact, pursuant to the authority here'.)_; given, aje hereby ratified and confirmed. This appointment is made pursuant to the following By -Laws which were duly adopted by the Board of Directors of the said Com- pany to December Sth, 1927, with Amendments to and including April G, 1975 and are still in full force and effect: ARTICLE VII, SECTION' t: °Policies, bonds, recognizance%, stipulations, consents of surety, underwriting undertakings and instruments relating thereto. Insurance policies• bonds, recognizances, stipulations, consents of surety and undcrwriting undertakings of the Company and releases, agreement; and other writings relating in any way thereto or to any claim or loss thereu: r. shall be signed fit the name and on behalf of the Company 40(a) by the Chairman of the hoard, the president, a Vice President or a Resident Vice President and by the Secretary, an Ass "stant Secretar Y. esident Secretary or a Resident Assistant Se ,, -etary; or (b) by an attorney -in -Fact for the Company appointed and author ..•. :I by the Cha'k- man of the Board, the Pres "dent or a Vice President to make such signature; or (o) by such other officers or representatives a the Board ma;: from time to time determine. j The seal of the Company shall if appropriate be affixed thereto by any such officer, Attorney -in -Fact or representative." 1 _ 14 WITNESS WHEREOF, SEABOARD SURETY COMPANY has caused these presents to be signed by onUf its Vice - Presidents, and its corporate seal to be hereunto affixed and duly attested by one of its Assistant Secretaries, this .......t ............... day of .... JULY ....... ............................... 1981... Attest SEABOARD SURETY COINIPA :NY, By (Seal) 19.dr.1J4K t..GCQ .. Ala..........• ................. ...........Thomas P.. ... Gorke Assistant Secretary Vice - President STATE OF NEW YORK COUNTY OF NEW YORK On this .......10th ............. day of , ,.July........................_ 19..$.1...... before me personally appeare3 ... 'PboMas...P......Go k. o .............................................. ...•........................... a Vice - President of SEABOARD SURETj- COMPANY. with whom I am personally acquainted, who, being by me duly sworn, said that he resides in the State of .New erseX : that he is a Vice - President of SEABOARD SURETY CO \IPANY, the corporation described in and which executed the fore- going instrument; that he knows the corporate sea] of the said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he. signed his name thereto as Vice - President of said Company by like authority. State of New York No. 41- 9010912, Qualified in Queens County Certificate filed in New York County ommission Expires. March 30, 1982 t� Samuel C. Simmons . Notary Pub:!c C E R T I F I C A T E I, the undersigned Assistant Secretary of SEABOARD SURETY CO \IPANY do hereby certify that the original Potter of Attorney of ak; the foregoing i. a flail, true and correct copy, is in full force and effect or, the 'late of this Certiiicate and I do further certify that the Vice P:e•i :c-: w'ho exvctred the caul Potter of Attorney ryas one of rile Officers autil,ri:o(i by the 8i,ard of Directors to appoint an attorney -in -tact as prot'i 'c;. i.. Article VH. Section 1, of tale Bt -Lary, of SEABOARD SURETY 01-NIP.AN)'. Thi> Certitiyatc may IX %fence' and waled by fac,intide under and by :toth,xitc of the follotcing resolution of the Board of Directors of SEA- BOARD .CURFTV COMPAX' at a meeting duly called and held on the 28d' day of tune N78. "RESOIA FI): t-') -I'hat the o,c of a printed facsimile of dte corp,rate ,cal of the c+xnpnny :md of the signature of an As,i <taet SCir[::4' on arty certification of the curreon'." of a copy of and in'trumetit vxccutv,i In' tile ProVden[ Or o A iiC- PfCilalent pur,nant to Article N 11. ? 1, of tile By -L;ms appointing :utd authori>ing an attorney -in -fact to si,4n in thy. nom, and nu hehalf of the company buret} bonds. undertr:: underfikuw, or other in,tnuneut; dc,cribed in said Article VII, Section 2, pith like effect as if Such seal and such signature had heen r.:ane'. affixed and made, hereby is authorized and approved." • IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of the Company to these presents r..i- .............. 27th ............... day of .. ......... Februar .. ............................... 1927 w• _., 19....$Z.... O .e Q Q fj h� n� �r v H11 i'11 rt � 1 n n CL ^ Y G a n �tl4.w v va ^ C w n cyd''a'bx'ym ° ° ^ w ° w o n � U2 L, fy OP N �'h 0 •, ro n n ^ 0 C .+ w o '+ a n n 0 C a � y5o�° z O ;D n 7 07 wn% " C 0 n 5 y O ^�O C' n O N n j, n p 5 O w pyi o O as nn y 7 G a rr ^ C cn � tv n ^° w d p° u >�' o cn �- w -0 C rte d w 3 d rt d o 0 C- V, G O V: n y n n V4p O. o "Z) W '-1 aaa w `O w n „ z C- n �- OD � a o O .e Q Q fj h� n� �r v Pi 0 • Page 5 NON - COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time o (filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange - ment or agreement with any other bidder, or with any public officer of such CITY OF NE14PORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; o°- such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract for by the attached bids; that no bid has been accepted from. any subcontractor or materialman thro;:;l, any bid depository, the bylaws, rul�4 or reg_iatior.s of Wiich prohibit or prey.: the bidder from con - sidering any bid from any suocontractor or materialman ;4nich is not proces.ed through said bid depository, or which prevent any subcontractor or materia man from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the • acceptance of the said bid or awarding of the contract; nor has the bidder -any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to befors me this day of Xlrh , 19. My commission expires: L'g C u r EzE °rn 1.."Ksl 10,19g • Motorola Communications and Electronics., Inc. Bidder /! - � AuthorVed Signature /Title Vice President and Operations Manager Notary Public • • Page o` STATEMENT OF FIilANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 ::ork day after the bid opening if the undersigned is the apparent low bidder. Please see attached Annual Report. Motorola Communications and Electronics, Inc Aut'nor d Signature /Titie b'ice President and Operations Manager 9 0 Page 7 . TECHNICAL ABILITY AND EXPERLEGCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Cc.-pleted For 1.4 am performed (Detail) Person to Contact Telephone No. 1978 California Highway Patrol Carl Ingersoll (916) 445 -1595 1978 City of Anaheim Liz Creamer (714)634 -3473 Fire Net 4 City of Stanton Capt Lyle Stcr_'ard (714) 891 -2481 Police Dept City of Orange Mark Adcock (714) 532 -0261 Police Dept. General Tel.enhona Clan Attr .l (714) 629 -9811. lyrs City of Huntington Beach Bob Bowman. .(714) 536 -5477 Fxe Dept. 1978 A.C. Transit Loren Bell (415) 654 -7878. • 19771.., ..City of Sunnyvale Richard Bischoff (408) 738 -5719 Sunnyvale. Calif. 1973 City of Huntington Beach Roger Ham (714) 960 -8811 Police Dept. • Motorola Communications and A Bidder i��C��I�ZG�eti uthoriz Signature /Title Vice President and Operations 'fanavPr PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That . Page 9 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted May 10, 1982 has awarded to Motorola, Inc. hereinafter designated as the "Principal ", a contract for Furnish and Install Communications Equipment — Emergency Communications Center I in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We Motorola. Inc. as Principal, and Seaboard Surety Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED FIFTEEN THOUSAND FOUR HUNDRED TEN Dollars ($115.410.00 ), said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon 0 0 Payment Bond (Continued) Page 10 this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the loth day of May , 19 82 Approved as to form: 1� City Attorney Motorola, Inc. (Seal) Name of Contractor Principal —president A3thorized Signatur6 antl. Title Authorized Signature and Title (Seal) Name of Surety Address of Surety Signature and Title of Authorized Agent Address of Agent Telephone No. of Agent ttfied copy St u7.�lin �1ml.- `" (r,C!\Ils.�• 8982 1Ncw Yolity., NFw Yo" POWER OF ATTORNEY NOW ALL MEN BY THESE PRESENTS: That 5EAl1OARU SURD.TY CO.mrANY, a corporation of the State' New York, has made, constiftiNxt gild anointed and by these presents does make, constitute and appoint T. F. Clabots . r R.J. Hyde or H.R, ffuttmel or David T. Pkers or John F. Sptxie or John $. Phinney or G, Peter= Chicago, Illialois s true and lawful Attomeyin -Fact, to make, execute and deliver on its behalf insttreace policies, surety bonds, undo) ,kings and other instruments of similar nature as follows: k!ithout "LizitationS Hach insurance policies, surety bonds, undertekdngs and fnstrummts for said purNses, when duly executed lay the aforesaii ttoroey -in -Fact, shadl be binding upon the said Company as fully and to the same extent as if signed by the duty authorized officer t the Company and sealed with its corporate .tai; and all the acts of said AttorneyinFact, pursuant to the authority hcreb; iveo, are hereby ratified and confirmed. 'his appointment is made pursuant to the following By -Laws which were duly adopted by the Board of Directors of the said Comp arty, on December 8th, 1937, with Amendments to and including April 6, 19PS and are still in full force and effect: JUNE V11, SECTION 7 "Palle His, bonds, raeog>bunces, st;pclations, �eorsentr of surety, wtderwriting andertaasngs. and instrument: relating thereto. asaraote policies, bonds, recognizances, stipulatiom, consorts of surety and undtrn'riting mtderiaWngs of the Company, and rettcses, agreements u Over writings rtlating in any tray thereto or to any eiatm or loss thereunder, shall be signed in the name and on behalf of the Company (a) by the Cbaircnatt of the Board, the Proldrnt, a Vice President or a Resident Viet PrtWenr and by the Secretary, an Assistant 9ecretar: Resident Secretary or a Resident Assistant Secretary; or (b) by an Auorneyfn -Fact for the Company appointed and authorized by the Chat can of the Board, the President or a Vice President to make such signature: or (c) by such other officers or rcpreseaffitfwtp as the Board cu ram Stine to tiers determine, The Seal of the Cernpany shall If appropriate be affixed thereto by any each officer, Attorney -fr -Fact or repretaauative." - IN WITNESS WHEREOF, SEABOARD SURETY COMPANY has caused these presclits to be signed by one of its Vir3 Presidents, and itscorporate seal to be. hereunto affixed and duly attested by one of its Assistant Seercuiries, this .....�STw....,... Iny of ... ;.,,...... P4913--t ..... ......... 19...8,0, . West; SEABOARD SURETY COMPANY, AnitA J. tea=d ,....... .., ............. 1L'Kiers'rt ............... .. ... ' etant Secretary Yitx- Preudf iTATE OF NEW YORK ZflUN'f'Y OF NEW YORK � ss.: Nthis ........ �t .......:........ day of ....... ........... ;.........::...,...' t...,...... SG 8�,...... before me rSons.? appear. .,.......,...FI..x'... z . ................... ... ......I..............,,,.....,, a Vice•Presidant of SEABOARD SURETY COMPAN " with WIWI I am personally acgwainted, who, being be me duty sworn, said that he resides in the State of ... NeW..Y X:k .............. diet he is a Vice - President of SEABOARD SURETY COMPANY, the corporation described in and which executed the (of Vinstrument; that be knows the corporate seal of the said Company; that the sail affixed to said instrument is such corport seal; that it teas so affixed by order of the Board of Directors of said Company; and that he signed his name thereto as Vit . President of said Company by like authority.. State of New Y=k i No. oIW8468870 (Aialifit?d,in Iticlttrand Ctxlnty t Of tificate filed in New Yo& County (Seal) Commission aTires f'lar: h 30, 1982 ............... .. ...,,,......,....,.,...... Notary Pill CERTIFIICATZ 1, the undersigned Assistant Secretary or 5EA9OARD SURETY Corm,'.%`)' do hereby wrfify that the oregl++al Puwer of Attorney of ,cif tie foresom is a full, true and correct cep)•, is in full force ami effect of tltu eLnr of this Certificate and I do funhar rcnifv that the Vice Pruid who exnutM the said Pulver of Attorney teas ouc of the 05iccr4 aothmiaed by the Itwar,l of Dircc(crs to appoint an auonmyi+ -fart Ss pro idcd Ank)c I'll, Srvicn 1, of lilt- By1.a1is of SP.ABOAP)) SL'hF.TY LONPA )', This Cerlifirate map be %;Snrd and sealed by fatttwilc nnulcr end by auth,nity of the following rceolltilon nr the Board of Vircciors of SE BOARD WRETV LoIiPANY at R nectiou duly ralhVl amt held of T1to 21f1h dnv of June 1978. 'RESOLVED: (2) That tilt- use of a ptiutal f"Aluilc of tilt' eoel-orute seal nn 11K, cumlxtny r,nd nit tilt Agnacurr of an Assistanl Secret' ua any certifirttfion of the cornbtro of a Dopy of an irnstranhvl tareured by fhc Pre,idrot ,m a Fire- Prr�hkjn purr17,t1t1 to Ariich: 1 -I 1, Vin( I, of the Bylao's appointing atal authorizing an atiurnry•iii-fad to plot in tilt• nwme affil on bcbaff of the company surety bonds, umdnttrd mtden0h,gs or other instrc+menti di:Kribcd ht said Article V11, Secticpt f, tcith like eRatt a5 if shit Brat and iuch silonalum had bceu manu; affixed and mule, herrby IS awhurivcd and approved," iN WITNESS WHEREOF, f have hrrvillito sct mi• hand and affixed the corporate seal of the Ctnnpany to these presents i 10th.... day of .... r�?�r ...... ............................... ................. uA e °• •co ... .....rP ....... •t' S.�� �a�llt. SIti TI N# 1927 17C arNE'aA - Fan es7 tits J . .— .. —. w.. r. ... .v`�9' -.'•e - ... 'n' ._.:Jji,�y,.... ..._x.Q'i .. ._. .si�M��.. tea. ..v*Sit•._ r ... ..:r. +�"�vi2'� . 1 • Page 11 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted May 10, 1982 has awarded to Motorola, Inc. hereinafter designated as the "Principal ", a contract for Furnish and Install Communications Equipment Emergency Communications Center (C-2335) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and.the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, Motorola, Inc. as Principal, and Seaboard surety Ccmpany as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED FIFTEEN THOUSAND FOUR HUNDRED TEN Dollars ($115.410.00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall.indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice • Faithful Performance Bond (Continued) • Page 12 of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 10th day of May 19 82 Approved as to form: City Attorney Inc. (Seal) Name of Contractor (Principal) Vice- President" authorized Signature and Titre Authorized Signature and Title (Seal) Name of Surety Address of Surety Signature and •Title of Authorized Agent Address of Agent Telephone No. of Agent MM tiFAd Copy 8982 ' Year Yuetx, NEw Yoralc POWER OF ATTORNEY iVOW ALL MEN 113Y THESE PRESENTS: That SEA110ARD SURETY COMPANY, a corporation of the State' New York, has trade, ccmaiwbxf acid alllx+inttd and by these. presents does make, constitute and appoint T. F. ClabotS ' r R.J. Hyde or W.R. fitatrnel or David T. Pkers or John F. SpLar a or John F. Phinney or G, Petersor Chicago, Illinois s true and lawful Attorney -in -Fact, to make, execute and deliver on its bebalf insurance policies, surety bonds, under! kings sad other instruments of similar nature as rotiotvs: mulout Itirltitations tfch insurance policies, surety bonds, undertakings and instruments for said purposes, when duly executed by the aforessid ttoraey- in -Faot, shall be binding upon the said Company as fully and to the same extent as if signed by the duly authorized officer f the Company and sealed with its corporate leaf; and all the acts of said Atinrney -in Fact, pursuant to the authority hcreb; iven, are hereby ratified and confirmed. 'his appointment is made Pursuant to the following By -Laces which we" dull, adopted by the Bosrd of Directors of the said Comi any on December 8th, 1927, xith Amendments to and including April ft. 19;8 and are still in full force and effect: ,RTTCLE VIE, SECTION t: "Policies, bonds, reeogrtiaances, 94uUtioas, cor-oeats of surety, underwriting undertakings and inrtsysnants retac8ig theeete. asuraaee pol-;cer, bonds, recegnizances, stipulations, consents of surety and underwriting mrdcrukinp of the Company, and releases, agreements u 'thee v.Things relating in any tray thereto or to any clains or loss thereunder, slsatl be signed in the name and on behalf of the Company, (a) by the Q:airman of the Board, the Presidmt, a Vice President or a Resident Vice President and by the Secretary, an Assistant Secretar Resident Secretary or a Resident Assistant Secretary; or (b) by an Attartey -in -Fact for the Comt,any appointed and authorized by the Chat own of the Board. the President or a Vice President to make wch signature: or (c) by such other officers or rcpresenlafi•es as the Heard ou rum time to dove determine. The seat of the Company shall if appropriate be aiFxed thereto by any such officer, Attorney -fn -Fact or represmta5ve." IN WITNESS WHEREOF, SEABOARD SURETY COMPANY has caused these presents to be signed by one of its Vii Presidents, and its corporate seal to be. hereunto affixed and duly attested by one of its Assistant Secretaries, this ..,,,lE�........ lay of ..... , .....Au,7us' .............. »„ ....... 19...$0. Aueat SEABOARD SURETY COMPANY, Anita J. LeoVazd ..................•..,..•. $y,...,... »R'T' GlzxiersE�t.,....,.....,,... fssfsant Secretary Yisx- Freud( STATE OF NEW YORK I ss. -OUNTY OF NEW YORK : Jut this ........!'.t ................ day of .....,.. ............,..,..,..........!' t.....,.. ......,......................., f9 80,...... before me rsonally appear ,. .... ,,,.1...... gH, ttC ) ............................. •. ......................... a Vice-president of SEABOARD SURETY COMP X,' with wNifit f am personally acquainted, who, being by me duly Mom, said that ht resides in the State of ...NEW..Xork ............... that he is a Vice- President of SEABOARD SURETY COMPANY, the corporation described in and which executed the fol going instrument; that he knows the corporate seal of the said Company; that the seal affixed to said instrument is such corporf iteal; that it was so affixed by order of the Board of Directors of said Company;'and that he sigrcd his name thereto as Pit President of said Company by like authority. State of New Ywk t No. olgU84138870 QuaLified in Richmond County. { Certificate `filed in New Yo&, Cvlulty (Seal) Coiruii,ssicin Mtpires flarch 30, 1982 t?te.. ...............4....., 4 ..... ,,...........,.,..... Notary Pttf CERTIFICATE 1, tltc undersigned Assislattt Secretary of SEABtJ : \RD SL'RE7Y CD)tE' ; \X]' du hereby nrtity fhnt the origuyzl Putrrr of Attorney of fit) the foregn. is a full. lout and correct mpy, is in full force awl tffttt of the A.Ir of this Cersilicute and f du further comity that tilt Vitt Pruid who eaecutM the said Pulver of Atifirety teas out of the Officers aoth;sriacd hr cite Ituard of iliret(ors to appoint an attontey -in -fact u provided Ankle VII, Section 1, of iiic Byl.ans of SRABOAY.1) SLXF.TY c:f)MPA.N ;1`. This Certificate mar he sieved and scaled by fusiudic muter and by aultwrity of file followiuc rcii0ition of the Board of Directors of $B BOARD SUfiETV COM CA \Y at a uwctinu duty c+dti•rl and hcltl at die 28th day or !tine 1918. RESOLVI?t): (2) flint tilt, use of a lirfmcd fac,indli• of the earl,nrute teat in 9K• cuoilxiny mid of the signaturr of an Assistant Stern tin any certifirMion of the enrrectness of a copy, of an in5sranuvt exreu(otl by lite Pre,,idetit or a fire - President lwratrnui to Anitic \'It, Sect 1, of the 87•IAWF aptainiiiq real nullinrizina an ollu +'ncy lit -faM to r.ittts in tln• ram.• and on brludf of the rmnpany surety hrntds, undcnrt,f tntderlakuip or other indrunnnis do ribed is said Aniete -VII, Scellrns 1, mitt+ like cAtxt. as if melt scat aikl such sifcnaturc had been manW affixed and made, hereby its aothurired and appruved,' _ f IN WITNESS WHEREOF, f have hrr,•tnttu sct fill, hand aild affixetl tht: cnrlxirate seal of the Crnnpmy to ihrsc presents ] .b. 1927 W J 10th day of .,..X.....,..,.. ................... ... ` .�lssis[. Setrl D ^nR0 25 (1 79) NAME AND ADDRESS OF AGENCY COMPANIES AFFORDING COVERAGES Rollins Burdick Hunter Co. iftificate o`t "IMUranc 10 S. Riverside Plaza ! • • " H6 CERTIFICATE jSSI�ED AS A!dAATTER INFORMATION : -ONLY,AND:CONFFRSY±Siu'RIGNLS PDN$f11ESER7iFJCA Chicago, IL 60606 ... IGITCOTrt zAf" 4` LC <'N/1T:'GYCNn3CYTCMIr�%14�YITCO TYC Y'/1YCCGf`C +=etCf.OnCT iLViY' YCaLf�ri 4 3H /VGt'RrG'cn�4C•Y.WS''$fJ^'.: �'�I .- a D ^nR0 25 (1 79) NAME AND ADDRESS OF AGENCY COMPANIES AFFORDING COVERAGES Rollins Burdick Hunter Co. 10 S. Riverside Plaza coMPANY A Zurich Insurance LETTER Co. Chicago, IL 60606 COMPANY LETTER Lj >_ NAME AND aOORESS OF INSURED Motorola, Inc. & Its Divisions COMPANY' LETTER COMPANY D & Subsidiary Companies 1303 E. Algonquin Rd. LETTER COMPANY Schaumburg, IL 60196 _ LETTER E This is to certify that policies of insurance listed below have been issued to the insured named above and are info at this time. Notwithstanding any reQUirement, term or condition r; of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms. exclusions and conditions of such policies. Limits of Liability in Thot. E COMPANY LETTER TYPEOF INSURANCE POLICY NUMBER POLICY EXPIRATION DATE EACH AGGREGATE OCCURRENCE GENERAL LIABILITY BODILY INJURY E 1,000 E 1,000 _ A 89 -54 -784 7/1/84 COMPREHENSIVE FORM PREMISES — OPERATIONS PROPERTY DAMAGE E 1,000 E 1,000 E %PLOSION AND COLLAPSE HAZARD �. UNDERGROUND HAZARD PRODUCTSrCOMPLETED OPERATIONS HAZARD BODILY INJURY AND CONFIRACTUAL INSURANCE PROPERTY DAMAGE E E BROAD FORM PROPERTY COMBINED DAMAGE i:. INDEPENDENT CONTRACTORS PERSONAL INJURY E ERS nc01.L anket Vendor's Coverage AUTOMOBILE LIABILITY BODILY INJURY E `; A 57 -96 -957 7/1/84 (EACH PERSON) COMPREHENSIVE FORM BODILY INJURY E (EACH ACCIDENT) OWNED HIRED PROPERTY DAMAGE E � BODILY INJURY AND PROPERTY DAMAGE E 1,000 NONAOWNEO �y COMBINED EXCESS LIABILITY BODILY INJURY AND ❑ UMBRELLA FORM PROPERTY DAMAGE E E OTHER THAN UMBRELLA COMBINED FORM A WORN ERS'COM PENSATION 27 -10 -973 7/1/84 STATUTORY :. f and - 500 EMPLOYERS' LIABILITY E (E<HACODE.+ ` OTHER i DESCRIPTION OF OPERATIONSAOCATIONSNEHICLES Radio and Electronics Installation and Maintenance -_ United States and Canada Cancellation: Should anv of the above descritUd policies be cancelled before the expiration date thereof, th )e�gyQn},- i n notice to the below named certificate holder, dI mall SU I p kill t 1 0 ,any a 1„ 11 -11 NAME ANDADDRESS OF CERTIFICATE HOLDER: May 5, 7:982 City of Newport Beach HUNTER CO. 3300 Newport Boulevard i II BY. C11 6J Newport Beach, Ca. 92663 V AUTHORIZED REPRESENTATIVE D ^nR0 25 (1 79) City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED • CERTIFICATE OF INSURANCE • INSURANCE COMPANIES Company A Letter Company B Letter Company C Letter Company D Letter Company E 1 attar Page 13 This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: Agency: Authorized Representative Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Furnish and Install Communications Equipment (C -2325) Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. 1.31 Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY LETTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. Exp, Date Each g. ro uc s/ Completed Occurrence Operations GENERAL LIABILITY x Comprehensive Form Bodily Injury $ $ - x Premises - Operations Property Damage $ $ X Explosion & Collapse Hazard x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ $ x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Personal Injury $ Aviation AUTOMOTIVE LIABILITY Comprehensive Form Bodily Injury (Each Person $ Owned $ o i y n7ury Each Occurrence ❑x Hired Pro ert Damage ❑x Non -owned Bodily njury and Property Damage Combined $ EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statutory and EMPLOYER'S LIABILITY ac Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: Agency: Authorized Representative Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Furnish and Install Communications Equipment (C -2325) Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. 1.31 • • Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision:. "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability ( .) Single Limit Bodily Injury Liability and Property Damage Liability Combined each occurrence ch occurrence $ each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: This endorsement is effective Policy No. 1 Communications ea C -2325 at 12:01 A.M. and forms a part of Named Insured Endorsement No. Name of Insurance Company By Authorized Representative . . Page 15 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability, arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3._ The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach., 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ ( ) Single Limit Bodily Injury Liability and Property Damage Liability Combined each occurrence each occurrence The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: nd I tall Communications E ui ment C -2325 Project Title and Contract No. This endorsement is effective at 12:01 A.M. and forms a part of Policy No. Named Insured Endorsement No. Name of Insurance Company By Authorized Representative F CONTRACT Page 16 THIS AGREEMENT, entered into this day of 19, by and between the CITY OF NEWPORT BEACH, hereinafter "City, nd Motorola, Inc. , hereinafter "Contractor, s made with reference to the following facts: (a) City has described public work:: Witte heretofore advertised for bids for the following nications Equipment 2325 !ct Contract No. (b) Contractor has been determined by City to.be the lowest responsi- ble bidder on said public work; and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: Furnish and Install Communications Equipment * 2325 Title of Project "n tract No. which project.is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of ONE HUNDRED FIFTEEN THOUSAND FOUR HUNDRED TEN - - -($ 115,410.00 ). This com ensation includes 1 any loss or damage arising from the nature o the work;'(2� any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein ** (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) * Refer to attached equipment and installation list for final contract quantity and ices. ** Includes console and Xi5o specifications • Page 17 (f) Plans and Special Provisions for Furnish and Install Communications Equipment 2325 Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold , harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. 'IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: City Clerk APPROVED AS TO FORM: City Attor6ey CITY OF NEWPORT BEACH 1 Motorola, Inc. gy t4Contractor 47 It Vice— President By Its CITY CONTRACTOR 0 0 ADDENDUM #1 Equipment and Price list QUANTITY ITEM UNIT PRICE TOTAL PRICE 1 Police Console #1 $13,407 $13,407 I Telephone Console #2 12,759 12,759 1 Fire Console #3 12,430 12,430 1 Supervisor's Console #4 13,206 13,206 Install Console & Cabling 19,610 19,610 3 Remount & Install Maps 1,520 4,560 1 Programming Paging Encoder 2,832 2,832 1 EOC Console 9,543 9,543 1 EOC Consolette 5,479 5,479 3 Telephone Type Remotes 758 2,274 1 UHF Base Station & Antenna 3,127 3,727 Install Base Station & Antenna 749 749 Furnish Cabinet, Mount Comparators 1,266 1,266 Fire Satellite Receiver System 4,546 4,546 Back -up Battery Supply 278 278 Card Slot Map Status Displays. 3,418 3,418 SUB TOTAL $110,084 TAX 5,326 CONTRACT TOTAL $115,410 This equipment and price list provides for all the necessary items and installation to be included in the contract between the City of Newport Beach and Motorola, Inc. All equipment and installation as listed shall meet the requirements of the City's Console and Radio Specifications and provide a completely operational system as stated in section 2.3 of the Specifications. TCI 199 • 11 0 0 9 CONSOLE AND RADIO SPECIFICATIONS FOR THE CITY OF NEWPORT BEACH EMERGENCY COMMUNICATIONS CENTER • 1. 2. 0 TABLE OF CONTENTS INTRODUCTION GENERAL TERMS AND CONDITIONS 0 1 -1 2 -1 2.1 INTRODUCTION 2 -1 2.2 TURNKEY SYSTEM 2 -1 2.3 SYSTEM COMPLETENESS 2 -2 2.4 EQUIPMENT OFFERING 2 -2 2.5 DOCUMENTATION 2-2 2.6 LIST OF USERS 2 -3 2.7 BID SAMPLES 2 -3 2.8 TRAINING 2 -3 2.9 PERMITS AND LICENSING 2 -4 2.10 INSTALLATION 2 -4 2.11 SITE EXAMINATION 2 -4 2.12 WARRANTY 2 -4 2.13 MAINTENANCE AND REPAIR 2 -5 2.14 PARTS 2 -5 2.15 BIDDER QUALIFICATIONS 2 -5 2.16 BID SIGNATURE 2 -6 2.17 EXCEPTIONS 2 -6 2.18 TERMS OF PAYMENT 2 -6 2.19 2.20 DELIVERY INSURANCE 2 -7 2 -7 2.21 SYSTEM ACCEPTANCE 2 -7 2.22 BID AWARD CRITERIA 2 -8 2.23 QUANTITIES TO BE BID; DELETIONS 2 -8 2.24 CITY AND CONTRACTOR RESPONSIBILITIES 2 -10 3. DISPATCH SYSTEM DESCRIPTION 3 -1 3.1 THE FACILITY 3 -1 3.2 THE SYSTEM 3 -2 3.3 RADIO CHANNELS 3 -3 3.4 CONSOLE FEATURES 3 -8 3.5 TRANSMITTER CONTROL; ORANGE COUNTY FORMAT 3 -11 4. TECHNICAL SPECIFICATIONS 4 -1 4.1 CONSOLE EQUIPMENT SPECIFICATIONS 4 -1 4.1.1 GENERAL 4 -1 4.1.2 PHYSICAL DESCRIPTION 4 -1 4.1.3 CONSOLE ELECTRONICS 4 -2 4.1.4 CONSOLE FUNCTIONS 4 -5 • 4.2 CONSOLETTE EQUIPMENT SPECIFICATIONS 4 -9 4.2.1 GENERAL 4 -9 4.2.2 PHYSICAL DESCRIPTION 4 -9 4.2.3 CONSOLETTE ELECTRONICS 4 -9 4.2.4 CONSOLETTE FUNCTIONS 4 -11 4.3 REMOTE CONTROL SPECIFICATIONS (DESK -SET) 4 -13 4.3.1 GENERAL 4 -13 4.3.2 PHYSICAL DESCRIPTION 4 -13 4.3.3 ELECTRONICS 4 -13 4.4 RADIO EQUIPMENT SPECIFICATIONS -- MOBILE RELAY (450 -470 MHz) 4 -14 4.4.1 GENERAL 4 -14 4.4.2 TRANSMITTER SPECIFICATIONS 4 -17 4.4.3 RECEIVER SPECIFICATIONS 4 -19 4.4.4 ANTENNA AND FEEDLINE 4 -20 4.5 RECEIVER VOTING SYSTEM -- FIRE FREQUENCY 1 4 -21 4.5.1 VOTING SELECTOR 4 -21 4.5.2 RECEIVERS 4 -22 4.5.3 SELECTOR TECHNICAL SPECIFICATIONS 4 -23 4.5.4 TONE NOTCH FILTERS 4 -24 4.5.5 ALARM 4 -24 4.5.6 SATELLITE RECEIVERS 4 -24 4.6 PAGING ENCODER SPECIFICATIONS 4 -27 FIGURE 1 SUGGESTED ECC LAYOUT TABLE 1 CONSOLE REQUIREMENTS TABLE 2 CONSOLE RADIO CHANNELS ii 0 1. INTRODUCTION • This specification covers new console and related equipment, a satellite receiver system, and a backup base station for the Emergency Communications Center (ECC) -- which is the Newport Beach Police and Fire Dispatch Center and Emergency Operations Center (EOC). This specification sets forth the requirements for the purchase and installation of new equipment for the City. It is desired to find and execute a contract with a supplier of hardware for all key items and equipment needed, for the installation and check -out of this equipment, and for system responsibility for the satisfactory operation of this equipment. The ECC and EOC are physically located in the Newport Beach Police Department; the ECC will serve as the 911 Public - Safety Answering Point (early in 1982) as well as the Police Dispatch Center and the Fire Dispatch Center. • • TCI 199 Page 1 -1 CJ L-A 2. GENERAL TERMS AND CONDITIONS 2.1 INTRODUCTION 0 The intent of these specifications is to define the operational and equipment requirements necessary for implementation and operation of the ECC and EOC in a manner that is totally responsive to the needs of the users. These specifications do not include any proprie- tary items, circuits, or devices which might preclude any communica- tions equipment manufacturer from producing equipment to meet these specifications. All technical tolerances, ratings, and performance criteria contained within these specifications are considered to be written within the current state of the electronics art that is currently being met by commercially available equipment. (The fact that a manufacturer chooses not to produce equipment to meet these specifications will not be considered sufficient cause to adjudge these specifications as being restrictive.) Any reference to one manufacturer's equipment is for descriptive purposes only as to level of quality and functions desired and is not restrictive to that manufacturer. The intent of these specifications is to define quality equipment which is dependable and capable of delivering maximum performance with high reliability. All equipment furnished under these specifications shall be new and shall not have been used in any demonstration or exhibit. Overall design shall meet or exceed the latest applicable standards of the EIA and the FCC. 2.2 TURNKEY SYSTEM All bids shall be for the entire system, as specified, to ensure that a complete turnkey system is bid and that nothing remains to be purchased or supplied by the customer other than those items so indicated. Bid award (for the turnkey system) will be made to a single vendor who will assume total system responsibility, including supplying, installing and performing final checkout of the equipment and related materials that are provided under these specifications. TCI 199 Page 2 -1 i; • 11 2.3 SYSTEM COMPLETENESS • These specifications may not necessarily list all equipment required to produce a fully operational system that will satisfy the City's requirement for an operational UHF system. It shall be the responsibility of the bidder to verify completeness of the equipment list and suitability of the units to meet the total requirements of the system. Any equipment or special installations required by the performance specifications and not specifically mentioned herein shall be provided by the successful bidder without claim for additional payment. It shall be understood that bid award will be comprehensive in nature leading to a completely operational system. 2.4 EQUIPMENT OFFERING Bidders shall offer equipment which most nearly meets the specific details of these specifications. Any deviations must be stated in writing by the bidder at the time of bid opening, and shall • include an opinion as to why the deviation will render equivalent of better performance and reliability. If no deviations are noted, the buyer shall assume complete conformance to these specifications and system requirements. The successful bidder will be required to assume responsibility for all equipment offered in the bid, whether or not the bidder produces them. The absence of specifications regarding details implies that the best general practice will prevail and that the successful bidder will supply bidder's high - quality, public- safety -grade equipment. All equipment furnished shall be the latest model available and shall be new and unused. Radio equipment to be provided will meet or exceed all applicable EIA standards, and all current FCC rules for the appropriate services. 2.5 DOCUMENTATION Any and all items which are bid must have a complete model • number, technical specification brochure including pictures and /or other documentation which fully describes the item, or be subject to rejection. TCI 199 Page 2 -2 1 Each item requiring manual operation shall be represented by an 1 •operational guide or manual delivered before acceptance testing begins. It shall be complete in detail to explain the function(s) and order of sequence required for proper operation. Pictures with location of function controls shall be part of this material. Complete maintenance and service manuals shall also be delivered for all equipment, with a minimum of three copies for each item or subsystem. • 2.6 LIST OF USERS Bidder shall have supplied and installed at least three systems of equal scope and complexity which must have been operating satisfactorily for a minimum of three years. Bidder must supply a list of current users of similar systems and equipment. The list shall contain names, addresses and telephone number of contacts. . 2.7 BID SAMPLES Bidders shall be capable of furnishing working production samples of equipment prior to selection of vendor. When requested, bidder shall supply samples within ten (10) working days of the request. Bidders will be required to perform proof of performance testing of the samples in actual functional operation and /or under simulated operating conditions at a location determined by the buyer. Bidder will be required to provide all labor, tools and test equipment necessary to perform the sample proof of performance tests, at no cost to buyer. 2.8 TRAINING The successful bidder will assist the City in developing and conducting training programs to allow operating personnel to become • knowledgeable with the systems operation and their individual equipment, at no additional cost to buyer. The extent of such training shall be stated in bid documentation. TCI 199 Page 2 -3 j • • 2.9 PERMITS AND LICENSING • The City shall be responsible for obtaining all permits and licenses required for the installation and operation of the system and equipment. 2.10 INSTALLATION All equipment furnished under this procurement shall be installed in its final operational position by factory- trained/ certified technicians or installers. The City will provide documentation or instructions regarding site and building locations, necessary equipment, and installation requirements. 2.11 SITE • The City will provide detailed information and photographs of sites for examinations by the bidder. However, bidders may wish to make additional examinations to become thoroughly familiar with conditions affecting supplies, equipment and installation. Failure to make such additional investigation will not be grounds for additional claims or for an extension of time under the contract and will not relieve the bidder of any responsiblity for meeting all requirements of these specifications. 2.12 WARRANTY All equipment shall be guaranteed by the bidder for a period of 90 days against defects in design, material and workmanship. The warranty period shall begin with installation completion and system acceptance. Repairs arising out of claims made during this period will cover labor and materials. Any faulty equipment which in the opinion of the buyer is not reasonably repairable shall be replaced • by seller as a warranty action. OPTION: The cost for one -year TCI 199 Page 2 -4 1. maintenance for all items delivered by bidder with 24 -hour service • for crucial items such as consoles and base stations, and normal working hours for mobiles and portables, shall be included in the bid as a separate item. 2.13 MAINTENANCE AND REPAIR The bidder shall specify and clearly state its policy and procedure for maintenance and repair of all items delivered under a contract resulting from this bid specification. The bidder shall clarify provisions of maintenance and repair during and after the first 90 -day warranty period. The bidder shall outline routine and precautionary maintenance procedures and standard check -out procedures which should be used by the City. The bidder shall recommend a minimum of two companies it certifies or considers competent to maintain all equipment furnished under this bid. These companies must have a repair facility within 100 miles of the buyer's location. 0 2.14 PARTS The successful bidder shall maintain a stock of replacement parts for each item included in bidder's offering, and shall guarantee to make available such part(s) as may be required for a period consistent with the life of the equipment or for a period of not less than ten (10) yearst whichever is greater. If one of the items or components becomes obsolete, it shall be the responsibility of the vendor to provide a device that will appropriately replace the defective unit if replacement parts are ordered. 2.15 BIDDER QUALIFICATIONS Each bidder submitting a bid shall meet and include documentation regarding the following qualifications: • A. Bidder shall have actively engaged in the manufacture, installation and maintenance of commercial FM two-way radio equipment for a minimum of ten (10) years. I TCI 199 Page 2 -5 • • B. Bidder has supplied and installed a minimum of three (3) systems of equal scope and complexity which have been continuously operating satisfactorily for a minimum of three (3) years. These systems shall be included on the required list and identified. C. In submitting a bid, the bidder certifies full understanding of all requirements included in the ' specification for the City system and as to the nature, scope and locations of work to be performed including the type of equipment necessary for successful operation of this system. 2.16 BID SIGNATURE A bid may be signed by an agent of the bidder only if an officer of a corporate bidder authorized to sign contracts on its behalf, or a member of a partnership bidder, or if properly authorized by a • power of attorney submitted to the purchaser prior to the opening of bids or with the bid. Bids signed by agents not so authorized will be rejected. Unsigned bids will also be rejected. 2.17 EXCEPTIONS Any exception beyond these specifications must be stated in the formal bid letter. Explanation must be made for each item for which exception is taken, giving in detail the extent of the exception, and the reason for which it is taken, in order for consideration to be given to the bid. 2.18 TERMS OF PAYMENT Payment terms shall be negotiated with the successful bidder. Partial payment may be made on delivery of equipment, with the remainder paid at the completion of successful and satisfactory system test. TCI 199 Page 2 -6 1 • i 2.19 DELIVERY • Vendor shall state best guaranteed delivery for all items specified in this procurement document. Delivery shall be f.o.b. installation site. 2.20 INSURANCE The successful bidder shall take out and maintain during the life of the contract full insurance coverage (at least $1 million liability). 2.21 SYSTEM ACCEPTANCE The vendor is required to prepare a detailed integrated system test procedure to be delivered six weeks prior to the start of installation. The system test will utilize actual as well as test signals. The test procedures must describe detail subsystem level • measurements, and provide input level specifications. Approval of the integrated system acceptance test procedure, with mutually concurred modifications, shall be given by the City. The integrated system acceptance test must be performed in accordance with the test procedure in the presence of City personnel. Any deviation in the system operation from the designed specification or any patently infeasible operation of the system must be corrected by the contractor. The City will approve the acceptance test only after all required corrections or modifications have been made. The test results progress report must document all problems encountered in running the integrated test, corrective action taken, and the detailed results of each test. Acceptance of delivery of the communications equipment shall not release the bidder from liability for faulty workmanship or materials . appearing even after final payment has been made. TCI 199 Page 2 -7 2.22 BID AWARD CRITERIA • The award of this procurement will be based on several criteria. The total price for the turnkey system listed above will receive the heaviest weight in the evaluation and award. The bid evaluations will be conducted by the City, using staff, City consolutants, and Orange County Communications personnel, as the City sees fit, and the evaluation recommendations will be acted upon by the City as it sees fit. The evaluation will also consider the responsiveness to the technical specification contained herein, the degree to which the equipment offered exceeds the specifications, the submittal by the bidder relating to the long -term effectiveness and continuing ability to meet the specifications (s,pecifically, the short and long term management assurance of high quality and responsive maintenance service available to this equipment), the assurance of bidder's ability to provide installation of all equipment to professional standards and the overall suitability of the total offering. .-0 2.23 QUANTITIES TO BE BID, DELETIONS The following list states the quantities of each item which are to be bid and quoted by each vendor. The quantities are based on a combination of the present needs by the City, the present availability of funds, and an estimate of the best price obtainable from established bidders and manufacturers. The City reserves the right to reduce quantities or delete items if Necessary to keep this procurement within the availability of present funds. This RFB solicits a bid for the following equipment as a turnkey procurement (the bidders will please submit separate line -item total prices for each item listed below): TCI 199 Page 2 -8 ORDER QUANTITIES AND PRICE INFORMATION Quantity Item Price 1 Police Console #1 (total) including specific components: Voting indicator /selector 1 Telephone Console #2 (total) 1 Fire Console 43 (total) 1 Supervisor's Console #4 (total) 1 EOC Console Install Consoles and Cabling Remount and Install Maps 1 Programmable Paging Encoder 1 EOC Consolette 3 Telephone -type Remotes 1 UHF Mobile -Relay Base Stations Install Base Station and Antenna 5 Instant- Recall Recorders Furnish Cabinet, Mount Comparators Fire Satellite Receiver System , Backup battery supply TCI 199 Page 2 -9 • f 2.24 CITY AND CONTRACTOR RESPONSIBILITIES • The City will take the responsibility for preparing the ECC and EOC for the installation of the new dispatch equipment. The facility preparation will include installing computer flooring in the ECC and the EOC, building walls to create the lounge and the supervisor's office, and installing lighting, sound conditioning, and electrical power. It will be incumbent on the successful bidder to work closely with the City in developing and executing a plan for the development of the new facility to create the modifications, install the new equipment, remove the old equipment, and complete the project in a manner which is the most cost - effective and least disruptive to operations, and to complete all activity in a minimum time. Due to the age of the present consoles, moving them for the installation of either the computer floor or the new consoles will not be possible; the floor will have to be partially installed, the supervisor's and fire dispatch consoles installed, connected, and checked out. When these consoles have been certified as operational, the old consoles can be removed (without any disruption to the active circuits) . The . remainder of the computer floor will then be installed, the remaining two consoles installed, and the logging recorder moved. Bidders are to be judged on the suitability of the plan to accomplish this work smoothly. • The contractor shall coordinate the transmitter - control interface with Orange County Communications, and the appropriate telephone line (radio control) and telephone headset interface connections with Pacific Telephone; the City will aid in placing the necessary orders in this regard. TCI 199 Page 2 -10 0 3. DISPATCH SYSTEM DESCRIPTION 3.1 THE FACILITY 9 The Newport Beach Public- Safety Dispatch Center (the ECC) is located on the main floor of the Newport Beach Police Building. The ECC dispatches police and fire resources in response to calls from the public and in addition acts as the command center for both departments. The facility is located in close proximity to the police Watch Commander and near the Records area. A close working arrangement with these two activities is essential. The ECC has an adjacent room to the west which is to be equipped as the EOC. There are two adjacent rooms to the east, the first being the equipment room and the telephone room alongside. Fire Administration is located a couple of miles away, and Fire Suppression is headquartered in a building adjacent to the Police Building; this is where the Chief Officers operate. They are in close touch with the command • center by radio and wire. • One dispatch console and one consolette each are to be obtained for the EOC and ECC, and four dispatch consoles are to be obtained for the Newport Beach.ECC. The four consoles are to be installed in the room presently occupied by the ECC in the Newport Beach Police Facility, however the room will be re- configured. Two rooms will be created in the west side of the present ECC, making office space for the dispatch supervisor and for a staff lounge. The present active dispatch consoles are located in this room, and it is vitally important that the disruption of the dispatch and staff activities during the transition to the new equipment be minimal. Computer flooring will be installed in this room in such a manner as to accommodate the installation of the new equipment in a cost - effective manner without serious disturbance to present operations. A suggested layout of the ECC and its new configuration are shown in Figure 1. TCI 199 Page 3 -1 0 0 The four dispatch consoles will be designated as Police Primary, • Telephone (and police backup) , Fire Primary, and Supervisor. In addition, one auxiliary telephone -only position will be provided. The ECC will operate as a 911 Public - Safety Answering Point (PSAP), and so all of the consoles and telephone positions will be developed with the 911 capability installed. • Equipment is also to be provided for the EOC. A consolette, a console, and three telephone -type remotes are needed which have the capability of transmitting or receiving on the key public- safety and City frequencies. These are to be installed in the EOC. The three telephone -type desk -set remote controls are to be provided for use by individual departmental representatives when the EOC is operated. Two sets of radio control circuit jacks are to be provided in the EOC, so that these remotes can be connected to any radio circuit and used to operate on that one channel. 3.2 THE SYSTEM The Newport Beach Police and Fire radio systems operate through the Orange County- coordinated communications system. The City provides its own in -house equipment for operation of this radio system, and a simple telephone line interface accomplishes control. The dispatch consoles contain all of the required radio - control equip- ment, suitable telephone instruments, tape recording and recall equip- ment, alarm registers, data -bank computer terminals, status - keeping devices, and suitable interconnects between all of these. The Police and Fire Departments each operate on several frequencies, and control over these is required for each console. It is the desire of the City to develop each console position (as much as possible) in an identical configuration to simplify training and operation. The features required for each console are defined in this specification. Since each manufacturer has a somewhat different arrangement of . panels and functions, this specification is written from a functional TCI 199 Page 3 -2 • 0 standpoint; each bidder should include the bidder's recommended • console configuration and panel layout with the bidder's response. A final panel layout and operating configuration will be determined jointly between the City of Newport Beach, the successful bidder, and the City's consultant. The installation and implementation plan should be presented by the bidder; this is subject to adjustment and negotiation by the City of Newport Beach. A plan for minimal interference during installation, cutover, and check -out shall be provided; this is subject to adjustment and approval by the City of Newport Beach, working with their Communications Consultant and with the Orange County Communications Department. The next section contains the technical details describing the desired equipment; bidders are cautioned to look at the general specifications defining the quality of the equipment desired, the reliability of the equipment, the nature and features of the equip- ment, the accepting of system responsibility, and the maintainability and availability of spare parts in the future. It is the desire of the City to obtain the best equipment available (the specifications define minimal acceptable levels), but at the best competitive price. For completeness of understanding, Table 1 lists the components for the different consoles, and Table 2 indicates the transmit- and - receive frequency modules which are to be obtained; these are contained at the end of this specification. Some of the consoles will have unique equipment; this is defined below and is indicated in the summary table. 3.3 RADIO CHANNELS The Newport Beach Police and Fire Departments operate on a variety of radio channels, through the Orange County coordinated com- munications system. For completeness sake, the channels to be in- cluded in the consoles are listed in this section, along with a brief • description of each. Each radio system is controlled by leased land - line, using d.c. or tone - control formats as defined in Section 3.5. TCI 199 Page 3 -3 • i A. GREEN CHANNEL • The Green channel is the main dispatch channel for the police operations. It is in the UHF frequency range and operates in the mobile -relay mode with a series of satellite receivers in a voting arrangement. The mobile -relay station is located in the top of Hoag Hospital. Satellite receivers are located at Hoag Hospital, at the top of the Sheraton Hotel (Airport), on the Union Bank building at Fashion Island, at the snack bar on the beach near Corona del Mar, and at the police facility. These all come in by wire line, to a set of voter comparators in the equipment room adjacent to the dispatch center. (Note: these need to be mounted in a cabinet furnished by the contractor, and connected into the console controls.) Voting indicators and controls are to be included in the Police Primary console. It is desired to develop a backup system for this primary dispatch channel. A local mobile -relay station is therefore being included in this RFB to provide this capability. This backup transmitter shall be controlled by the "Green" T/ R module on all consoles, and enabled by a main /standby switch in the module in the Supervisor's console. It shall be installed to operate off the receiver - voting system or as a stand -alone unit, using only its own internal receiver. B. ORANGE SOUTH Orange South is a mutual -aid frequency operated by Orange County Communications for all departments in the southern half of the county. Newport Beach has remote - control operation of this system, extended through Orange County Control. Transmit and receive capability is to be available on all consoles. This frequency is considered the first back -up mode if the Green frequency becomes inoperative for any reason (providing that the wire line control for Orange South is still operational). TCI 199 Page 3 -4 i 0 0 C. ORANGE NORTH Orange North is a mutual -aid frequency for the northern half of Orange County. Since it is not normally used by Newport Beach, a monitor -only capability is desired. D. BLUE CHANNEL A universal tactical channel, operated by Orange County Communications. A monitor -only capability is desired. E. PURPLE CHANNEL The purple channel is used by police units for field service requests for running license plates, subjects, and other information, through the various data banks available to Orange County. This service is provided by Orange County Communications; a monitor -only channel is desired. • F. RED CHANNEL The red channel is a countywide emergency channel that all law enforcement units monitor continuously. Control is at Orange County Communications and all pursuits and other such emergencies are handled from there. Monitor capability on this channel is desired in all consoles. G. WHITE CHANNEL The White Channel is a UHF simplex car -to -car channel. A monitor only capability is desired. H. FIRE 1 CHANNEL Fire Channel #1 is used as the primary dispatch channel for • Newport Beach and nearby Costa Mesa. The system operates in the TCI 199 Page 3 -5 VHF low band region of the spectrum. The Newport Beach fire • dispatch operates through two two - frequency base stations located in Fire Station #3, next door to the police facility and controlled by city -owned wire line; control of the base station in Fire Station #3 is to be accomplished from all consoles. All Fire Stations have four - frequency base equipment, controlled locally for use as needed. A voted, satellite- receiver system is to be developed for the Fire #1 channel. The base receiver on Pire #1 in Fire Station #3 is to be converted to voter operations (Motorola type C71RTB1145A), and new receivers are to be furnished for Fire Stations i and 27. These three receivers are to be brought into a voter- comparator system and the voted audio used to feed the consoles. A set of voter indicators and controls are to be included in the Fire Primary console. Each of these three satellite receivers is to be cross -muted with the local base station(s) so that when a base station transmits on any of the • low -band fire frequencies, the satellite receiver is effectively removed from the system. • I. FIRE 2 CHANNEL Fire Channel #2 is a mutual aid channel and is used between neighboring cities. It also operates in the low band frequency region; a two - frequency base station in Fire Station #3 (next door) is controlled from the dispatch center. J. FIRE 3 CHANNEL Fire Channel #3 is called Com 3 Command and is a command- administrative frequency. It also is in the low band portion of the radio spectrum. It is the second frequency of the Fire #1 base station in Fire Station #3 and is to be controlled from all consoles. TCI 199 Page 3 -6 • • • • i K. FIRE 4 CHANNEL Fire Channel #4 is another mutual aid channel, and is designated TAC 4. Its primary purpose is inter jurisdictional communications during times of auto aid. It is in the same low band radio region as the rest of the fire frequencies. It operates using the second frequency of the Fire #2 channel base station. L. LOCAL GOVERNMENT The City operates a local government radio system in the VHF high band region. Although local government dispatch is handled from another facility, the capability is desired to control the local government base station from the consoles. The base is located next door at Fire Station #3. M. LIFEGUARD CHANNEL Because of frequent interactions between the Newport Beach Public Safety operations and the Lifeguard, a control is being included in each console to operate the Lifeguard base station. N. HARBOR PATROL Similarly, because of frequent interaction with the Harbor Patrol, a control is being included in all consoles for the Harbor Patrol base station. 0. ORANGE COUNTY LANDLINE A landline control circuit exists from Newport Beach dispatch to the Orange County Communications Center. This line can be patched into any radio or telephone circuit desired. This line shall terminate on a T/R module in all consoles. TCI 199 Page 3 -7 0 0 . 3.4 CONSOLE FEATURES The next chapter of this RFB contains a detailed description of all of the console features that are desired. This section summarizes the features that are to be included in the consoles. The common features are listed first and then those features unique to specific consoles are mentioned. Reference to Tables 1 and 2 should make the console assignments clear. A. TELEPHONE Each console and the auxiliary telephone position are to be equipped with 72- button telephone panels. The auxiliary telephone position shall have a free- standing telephone instrument with headset capability. B. 911 TELEPHONE FEATURES • The 911 telephone features shall be panel- mounted on the consoles; the auxiliary telephone position shall have the ANI and ALI readout in a free - standing cabinet on the desk. The 911 incoming lines shall terminate on the telephone panels. The ANI and ALI displays shall be located close by the telephone panel on each console. They shall abe panel- mounted by the contractor. C. FIRE TELEPHONE PATCH The City desires to have emergency incoming telephone calls patched to a telephone circuit feeding the public address systems in each fire station. This will be accomplished by using a 911 feature so that any fire call that enters on 911 can be immediately conferenced or patched to the fire stations. This arrangement will be provided by the City, but is being mentioned here for the sake of completeness. TCI 199 Page 3 -8 • 0 D. RADIO CONTROLS The radio controls are described in detail in Table 2 and in the technical specifications that follow. Each console shall have a master control panel and individual transmit/ receive controls for all channels. E. STATUS EQUIPMENT Each console shall have a cut -out for a time stamp, card slots (no status), and a tray for blank cards. F. INSTANT - RECALL RECORDERS Each of the four dispatch center consoles and the auxiliary telephone position shall have instant playback recorders connected to the telephone talk circuit. ! G. PAGING ENCODER A programmable paging encoder shall be included in the Fire console. H. "MODAT" STATUS DISPLAYS The police units are equipped with Motorola MODAT status encoders. The status information is displayed on a set of MODAT readouts. The present readouts shall be installed on the police console. In addition, it may be possible to add the MODAT feature to the fire apparatus; it is therefore desired to leave blank panel space for this possible future addition. Three half panels are now used for the police MODAT. Note: The MODAT panels do not fit standard EIA mounting dimensions. TCI 199 Page 3 -9 9 0 • I. SWITCH CONTROLS • Auxiliary switches shall be provided on all consoles for helipad lights, the gas pump, a door control, and the Jamboree traffic signal override, "10 -33" button, and remote speaker patch. J. ALARMS The City has a number of alarms which terminate in the police facility. It is desired to concentrate these into digital- display - printers. Two full panels shall be reserved for this equipment, one in the police console and one in the fire console. The panel in the Fire console shall have the remote Gamewell readout installed. K. CITY MAPS The City has three illuminated maps which are very useful to the dispatchers. These maps are to be retained and remounted (compatible with console design), and shall be installed over the police, telephone, and fire consoles. L. VOTER INDICATORS AND CONTROLS The City has a satellite receiver and voter system on the police primary frequency. The comparators are now located in the adjacent equipment room. The contractor is to furnish an enclosed cabinet for locating the comparator equipment (and any other local equipment) in the equipment room, is to properly rack mount the comparators in the cabinet and run cables to the consoles as appropriate. Voter indicator lights and select and disable switches are to be mounted on the police primary console. TCI 199 Page 3 -10 The V R control shall be by the Primary dispatch "Green" • V R modules. Th back -up mobile -relay shall be enabled and the Hoag Hospital mobile relay disabled by a main /standby switch in the "Green" V R module in the Supervisor's console. J • M. RADIO AND TELEPHONE PATCH A radio and telephone patch shall be installed in the supervisor's console, tying this feature into the master control panel, all VR modules, and the telephone. N. EMERGENCY TRANSMITTER CONTROLS All consoles shall have transmit and receive capability on the emergency transmitter (local mobile -relay on the "Green" channel). 0. LOGGING RECORDER The existing logging recorder shall be relocated from the adjacent equipment room into the dispatch room. The contractor shall connect it to all circuits as specified elsewhere in this RFB. As necessary, tone filters shall be used to prevent keying and control tones from being recorded. 3.5 TRANSMITTER CONTROL: ORANGE COUNTY FORMAT Several different transmitter control methods are used and the T1R modules in the consoles will have to be configured accordingly. The channels called out in Table 2 shall have control modules as follows: TCI 199 Page 3 -11 0 POLICE Green four -wire d.c. Orange South four -wire Orange County (Vega) FIRE Frequency 1 two -wire d.c. Frequency 2 two-wire d.c. Frequency 3 four -wire d.c. Frequency 4 Four -wire d.c. LOCAL GOVT City L.G. two-wire Motorola tone Lifeguard two-wire d.c. Harbor four -wire d.c. SPECIAL Orange Co Landline two wire d.c. The tone control for activation of the remote transmitters • through the Orange County system is based on Vega equipment (311 -5), and the console modules must be equipped as follows: Console electronics must be capable of generating five tone frequencies -- 1775 Hz, 1870 Hz, 1965 Hz, 2070 Hz, or 2340 Hz -- selectable by screw terminal jumpers. One of the five tones will be used for transmitter control and another tone for "CTCSS disable. Transmit tone presently in use is 2340 Hz; CTCSS disable is 1775 Hz. u TCI 199 Page 3 -12 • 4. TECHNICAL 0 0 4.1 CONSOLE EQUIPMENT SPECIFICATIONS 4.1.1 GENERAL These specifications describe a fully solid -state radio - communications control console, capable of interfacing with and controlling base stations and other related equipment as necessary for fast and efficient communications- system operation. 4.1.2 PHYSICAL DESCRIPTION The console shall consist of mechanically independent, single -bay cabinets which are bolted together to form a rigid, integrated structure. Individual cabinet sections shall be easily separated to allow reconfiguring of the console at a later date. All console cabinet sections shall be of sheet metal construction with necessary side panels and exterior surfaces of cold - rolled steel. Internal braces shall be used where necessary to assure a structural rigidity. The interior of the completed console shall have sufficient open and free space to allow intercabling. Each console cabinet section shall be of modular construction. Console cabinets shall be easily convertible from low - profile with the addition either half- turret or full- turret vertical extensions. The corner of each section shall be equipped with an adjustable leg- leveling device to compensate for uneven floors. Key - locked removable door panels at the front and rear of each cabinet section shall be provided for access to any rack - mounted equipment. The base of each section shall be open to access wiring under the computer floor, and knockouts shall be provided for conduit entry. TCI 199 Page 4 -1 i • Each console cabinet section shall accommodate, as a minimum, • one standard 10 -1/2 "x19" EIA rack panel. Upper turrets shall accommodate, as a minimum, one standard 5 -114 "x19" EIA rack panel. Internally, the enclosure shall provide standard 19 -inch mounting rails designed to accept electronic equipment intended for standard EIA rack mounting. U There shall be no exposed sharp edges, and console metal surfaces shall be finished with abrasion - resistant, vinyl polyester baked enamel. The console writing surfaces shall be approximately 15 inches deep and shall extend across the full width of the console. The writing surface shall be approximately 29 inches above the floor to assure a comfortable operating height. Writing surface shall fit snugly against the front of the console cabinetry and shall be suitably braced to prevent sagging. The surface shall be covered with material (such as formica) which is smooth enough for writing purposes, but shall exhibit low - reflectivity characteristics to prevent glare from overhead lights. Extension feet shall be provided on the console to prevent it from tipping over. An over - the -knee pencil drawer shall be provided beneath the writing surface at each operator position. It shall be free from burrs, sharp corners, and protrusions which could snag clothing. 4.1.3 CONSOLE ELECTRONICS To maximize reliability, expandability, and ease of servicing, the console control electronics shall be totally solid -state and of modular construction, and shall reflect the. latest state -of- the -art concepts in design. TCI 199 Page 4 -2 • f Console wiring shall use stranded wire for all cabling which • may be subjected to physical movement or flexing. Cables shall be bundled and routed so as to provide minimum hum and cross -talk. Cables must be shielded wherever good engineering practices dictate. Radio-control, signaling, patch, switch, or other modules shall be fabricated on plug -in printed circuit boards; each shall have its own plug or receptacle to permit easy insertion or removal. Modules shall plug into a printed circuit card cage or rack. Card guides shall be provided for all plug -in modules to assure proper alignment of modules with their associated mating connectors. Card edges and mating connectors shall be plated to provide long -term contact reliability. It shall be possible to remove modules from their respective card rack locations, and to reinsert them, while power is on, without causing damage to any of the electrical components. • Consoles shall operate from a nominal 117 VAC, 60 Hz primary power source. Each console position shall be provided with an AC utility strip having at least five (5) convenience outlets. Each outlet is to be three -prong with common ground. Power supplies shall be solid- state, and shall be line- and -load regulated to maintain nominal output levels with line voltage variations from 110 to 125 volts. Power supplies shall be fused to protect console circuitry. Card extractors and extenders shall be provided to facilitate module removal and servicing. The console and card racks shall be wired for all functional requirements of these specifications. Future expansion for additional modules shall require minimum wiring or mechanical • additions to the card rack to accept new control modules. TCI 199 Page 4 -3 External connections to control lines shall be available on • screw -type terminal strips or punch blocks. Terminal strips shall be identified in order to facilitate control line connection. �J • Transmit - and - receive circuitry shall consist of plug -in modules for each radio channel to be controlled from the console. Modules shall be interchangeable. Input and output line level adjustments shall be provided for adjusting each individual module. Transmit - and - receive audio processing circuitry shall utilize compression amplifiers. An increase in input levels of 30 dB beyond the knee of compression shall not increase the output level more than 3 dB. Transmit and receive amplifier frequency response shall be within plus 1 to minus 3 dB, from 300 to 3000 Hz, reference 1000 Hz. Transmit- and - receive amplifier hum and noise shall be more than 50 dB below rated output. Transmit - and - receive amplifier distortion shall be less than one percent throughout the compression range. Amplifiers shall have provisions for adjusting the terminating impedance to compensate for parallel connected consoles. Transmit audio output shall be adjustable to at least plus 12 dBm into a 600 ohm load. Receive audio output amplifier shall be capable of providing a minimum of 5 watts into selected or unselected speaker with not more than 3 percent distortion. TCI 199 Page 4 -4 0 0 Receive amplifier sensitivity for knee of compression shall be • at least minus 25 dBm. Console circuitry shall have provisions for cross - muting between parallel- connected consoles. Console circuitry must be capable of controlling remotely located radio equipment, using the Orange County tone - control format. when using tone - controlled equipment, console must have appropriate notch filters to prevent tones from being heard when equipment is activated by a paralleled console or by a remote - control unit. Notch filters shall also be provided for the audio lines feeding the logging tape recorder to prevent tones from being recorded. 4.1.4 CONSOLE FUNCTIONS Console shall include a radio control panel that will allow the operator to monitor, mute, or adjust the received volume level • and to transmit on the desired radio channel. The panel should include all controls, switches, speakers, and indicators necessary to implement these functions as well as other functions that may be defined in these specifications. E The radio control panel shall contain a standard W meter and a four digit, 24 -hour digital electronic clock. The radio control panel shall be provided with speakers for both selected and unselected audio. Each speaker should have independent volume control. In addition, selected audio should be provided for headset operation. The radio control panel shall be provided with a muting switch that will reduce all unselected audio by a preset amount (0 -20 dB) and then automatically return the level to normal after a preset time interval (0 -90 seconds). TCI 199 Page 4 -5 0 0 The radio control panel shall be provided with 1000 Hz • alert -tone generator and pushbutton control switch. The radio control panel shall have the capability of simultaneously selecting more than one transmitter to allow simultaneous broadcasts. The radio control panel shall be provided with intercom capability to allow the operator to transmit audio to another console or remote control unit without keying the associated transmitter. The radio control panel shall be provided with a transmit switch to allow transmitting on the selected channel(s). Each console shall be provided with radio - control circuits or modules to control the number of transmit and receive functions as indicated in these specifications. Each radio control circuit or module shall include, but not be limited to, the following: VOLUME CONTROL for independent control of the received audio. Volume control should be strapped for a preset minimum volume level to prevent missing calls. CALL INDICATOR that flashes when received audio is on the channel, regardless of channel selection. BUSY INDICATOR that illuminates when another console or remote console unit is transmitting on the channel. SELECT SWITCH AND INDICATOR for selecting that operational channel and transferring receive audio to the SELECT output (headset or speaker) . SELECT switches must be electronically interlocked to prevent selection of more than one channel unless the simulcast mode has been selected. SELECT INDICATOR shall illuminate any time a channel is in the select mode. TCI 199 Page 4 -6 INSTANT TRANSMIT SWITCH that allows operation of a channel • without being in the SELECT mode. TRANSMIT INDICATOR that illuminates when a channel is in the transmit condition. SQUELCH DISABLE SWITCH. This switch shall disable the tone -coded squelch (CTCSS) at the base station receiver for the purpose of monitoring channel activity. In addition to the above functions, the following equipment or panel space for equipment will be required: INSTANT PLAYBACK CONTROL PANEL for controlling the instant playback tape recorder. PANEL SPACE FOR MOUNTING A 72- BUTTON TELEPHONE INSTRUMENT. it is anticipated that a standard 10 -1/2 "x19" panel will be • required. PANEL SPACE FOR MOUNTING 911 ANI (AUTOMATIC NUMBER IDENTIFIER) DISPLAY UNIT AND ALI (AUTOMATIC LOCATION IDENTIFICATION). It is anticipated that a standard 5 -1/4 "x19" panel will be required. DUAL HEADSET JACKS for all operator positions. The jacks shall be compatible with Plantronics- type headsets. The jacks shall be located beneath the console writing surface and shall be equipped with a receive volume control that is separate and independent from volume controls on the console. TELEPHONE/ HEADSET INTERFACE to enable the operator to use a headset for both radio and telephone operation. When a • telephone line is selected, the selected channel audio shall automatically be transferred to the selected speaker TCI 199 Page 4 -7 0 0 and the headset microphone and earpiece shall be connected • to the telephone. If communication on a radio circuit is necessay, pressing the transmit switch shall automatically place the telephone caller on hold and transfer the headset microphone audio to the radio circuit. The telephone caller shall not hear radio transmissions. A panel- mounted LETTER TRAY shall be provided in each console. PHONE OR RADIO CROSS -PATCH circuitry shall be provided to allow the operator on console S4 (supervision) to establish radio-to -radio or radio -to- telephone patch. The operator shall be able to monitor the patch audio while maintaining normal operations on other channels. (See Figure 1.) A PANEL - MOUNTED PAGING ENCODER shall be provided in the fire console. Detailed specifications appear in • Section 4.6 of this specification. TWO AUXILIARY SWITCH MODULES (eight switches) shall be provided for controlling one door, the gasoline pump, helipad lights, and the Jamboree traffic signal. A transmit FOOT SWITCH shall be provided for the operator to use to key the transmitter(s) which have been selected by the SELECT circuitry. The supervisory console shall contain REPEATER DISABLE /ENABLE control functions. These shall be contained in the radio control modules associated with the police UHF mobile relay. This console will also be equipped with a main standby switch for the "Green" backup M/R. The console COUNTER TOPS shall be cut to receive progressive time stamps being purchased by the City. TCI 199 Page 4 -8 0 0 A CARD SLOT PANEL shall be provided for each of the two • consoles for use as field -unit status indicators. Each panel shall be "half - panel" size (5 -1/4" high by 19" wide), and shall contain slots for 24 cards of standard 3- 1/4 "x7 -3/8" data - processing size. 4.2 CONSOLETTE EQUIPMENT SPECIFICATIONS 4.2.1 GENERAL These specifications describe a fully solid -state radio- comnunications control consolette, capable of interfacing with the four full control consoles, and controlling base stations and other related equipment as necessary for fast and efficient communications - system operation. 4.2.2 PHYSICAL DESCRIPTION • The console shall consist of a mechanically independent, desk -top unit capable of controlling eight base stations or repeaters. It shall contain selectors and controls for an operator to perform this function listed below. 4.2.3 CONSOLETTE ELECTRONICS To maximize reliability, expandability, and ease of servicing, the console control electronics shall be totally solid -state and of modular construction, and shall reflect the latest state -of- the -art concepts in design. Console wiring shall use stranded wire for all cabling which may be subjected to physical movement or flexing. Cables shall be bundled and routed so as to provide minimum hum and cross -talk. Cables must be shielded wherever good engineering practices dictate. • Radio- control, signaling, patch, switch, or other modules shall be fabricated on plug -in printed circuit boards; each shall have its own plug or receptacle to permit easy insertion or removal. TCI 199 Page 4 -9 Modules shall plug into a printed circuit card cage or rack. Card guides shall be provided for all plug -in modules to assure proper alignment of modules with their associated mating connectors. Card edges and mating connectors shall be plated to provide long -term contact reliability. It shall be possible to remove modules from their respective card rack locations, and to reinsert them, while power is on, without causing damage to any of the electrical components. Consoles shall operate from a nominal 117 VAC, 60 Hz primary power source. Power supplies shall be solid- state, and shall be line -and -load regulated to maintain nominal output levels with line voltage variations from 110 to 125 volts. Power supplies shall be fused to protect console circuitry. . Card extractors and extenders shall be provided to facilitate module removal and servicing. External connections to control lines shall be available on screw -type terminal strips or punch blocks. Terminal strips shall be identified in order to facilitate control line connection. Input and output line level adjustments shall be provided for adjusting each individual module. Transmit- and - receive audio processing circuitry shall utilize compression amplifiers. An increase in input levels of 30 dB beyond the knee of compression shall not increase the output level more than 3 dB. Transmit and receive amplifier frequency response shall be within plus 1 to minus 3 dB, from 300 to 3000 Hz, reference 1000 Hz. • TCI 199 Page 4 -10 Transmit - and - receive amplifier hum and noise shall be more • than 50 dB below rated output. 0 Transmit- and - receive amplifier distortion shall be less than one percent throughout the compression range. Amplifiers shall have provisions for adjusting the terminating impedance to compensate for parallel connected consoles. Transmit audio output shall be adjustable to at least plus 12 dBm into a 600 ohm load. Receive audio output amplifier shall be capable of providing a minimum of 5 watts into selected or unselected speaker with not more than 3 percent distortion. Receive amplifier sensitivity for knee of compression shall be at least minus 25 dBm. Console circuitry must be capable of controlling remotely located radio equipment, using the Orange County tone - control format. When using tone- controlled equipment, console must have appropriate notch filters to prevent tones from being heard when equipment is activated by a paralleled console or by a remote- control unit. 4.2.4 CONSOLETTE FUNCTIONS Consolette shall include radio controls that will allow the operator to monitor, mute, or adjust the received volume level and to transmit on the desired radio channel. The panel shall include all controls, switches, speakers, and indicators necessary to implement these functions as well as other functions that may be defined in these specifications. The consolette shall be provided with speakers for both selected • and unselected audio. Each speaker should have independent volume control. In addition, selected audio should be provided for headset operation. TCI 199 Page 4 -11 • • The consolette shall be provided with a muting switch that • will reduce all unselected audio by a preset amount (0 -20 M. U 1 __. The consolette shall be provided with 1000 Hz alert -tone generator and pushbutton control switch. The consolette panel shall be provided with intercom capability to allow the operator to transmit audio to another console or remote control unit without keying the associated transmitter. The consolette shall be provided with a series of transmit switches to allow transmitting on the selected channel. Each console shall be provided with radio - control circuits or modules to control the number of transmit and receive functions as indicated in these specifications (see Tables 1 and 2). Each radio control circuit or module shall include, but not be limited to, the following: VOLUME CONTROL for independent control of the unselected received audio. Volume control should be strapped for a preset minimum volume level to prevent missing calls. TCI 199 CALL INDICATOR that flashes when received audio is on the channel, regardless of channel selection. BUSY INDICATOR that illuminates when another console or remote console unit is transmitting on the channel. SELECT SWITCH AND INDICATOR for selecting that operational channel and transferring receive audio to the SELECT output (headset or speaker). SELECT switches must be mechanically or electronically interlocked to prevent selection of more than one channel. Page 4 -12 F E 4.3 REMOTE CONTROL SPECIFICATIONS (DESK -SET) • 4.3.1 GENERAL These specifications describe a fully solid -state radio communications control, of the DESK SET variety, capable of interfacing with the full size consoles and consolette; this will be used to control base stations and other related equipment as necessary to provide fast and efficient communications system operation. L� 4.3.2 PHYSICAL DESCRIPTION This remote control unit is to be configured to operate a single base station or mobile relay, and shall be a free - standing desk top device somewhat resembling a telephone instrument. It shall have a telephone -type handset, a hang -up cradle and minimal electronic controls as stated below. 4.3.3 ELECTRONICS To maximize reliability, compact size and ease of servicing, the desk set remote shall be totally solid -state and of modular construction, and shall reflect the latest state -of- the -art concepts in design. The remote desk set shall contain a compression amplifier volume control, tone control encoder (or d.c. supply) , speaker, and a transmit indicator lamp. A push -to -talk switch shall be located in the handset for one -hand operation. The power supply shall be solid- state, and shall be line- and -load regulated to maintain nominal output levels with line voltage variations from 110 to 125 volts. Power supply shall be fused to protect internal circuitry. TCI 199 Page 4 -13 • i • External connections to control lines shall be available on screw -type terminal strips. Terminal strips shall be identified in order to facilitate control line connection. • The remote control shall operate in the tone control mode, and shall be compatible with the tone control format needed by the Orange County communications interface (defined above). The remote control shall be equipped with an output cord with a plug connector so that it can be used wherever needed in the EOC, the plug to match the output sockets installed in the EOC by the successful bidder. Three desk -set remote units are desired: one for Police, one for Fire, and one for local - government users. Cleverness will be required in setting up the remotes, because of the multiplicity of transmitter control systems. The Police remote shall be four -wire d.c., the Fire remote shall be two -wire d.c., the local government remote shall be two -wire Motorola -type tone. The console circuit plugs in the EOC shall be marked appropriately so that it is obvious which remote matches which circuit(s). 4.4 RADIO EQUIPMENT SPECIFICATIONS -- MOBILE RELAY (450 -470 MHz) 4.4.1 GENERAL The transmitter/ receiver shall be designed and constructed as a self- contained, highly reliable, FM base station, consisting of a transmitter, receiver, remote - control chassis, time -out timer, and power supply. It shall be capable of being operated as a remote base station via wireline control or as a stand -alone mobile relay, The unit will normally be operated as a remote base station controlled by a voted, satellite - receiver system. In the event of a voting - system failure, the unit must revert to a stand -alone mobile relay. TCI 199 Page 4 -14 I Tone -coded squelch shall be used for both transmit and . receive. A time -out timer shall be provided to prevent system lockup. Motorola MICOR or GE MASTR II, or equivalent, will meet the intent of this specification. A. CABINETS The cabinet shall be of good, practical, contemporary design. It shall use cold - rolled steel or other suitable alloy consistent with good stuctural design. Consideration shall be given to electrolytic compatibility of various metals and finishes. The cabinet shall be an upright, indoor housing, not to exceed 70 inches high by 24 inches wide and 21 inches deep. Standard 19 -inch rack -type mounting facilities shall be provided inside the cabinet for mounting the equipment chassis assemblies. The front and rear panels shall be removable and provided with a lock to prevent unauthorized access. Internal metering, speaker, and microphone shall be included to facilitate testing. Cabinet shall be designed to provide adequate ventilation and to minimize entry of dust. B. POWER SUPPLY i Power supplies shall conform to all applicable EIA and FCC standards. In order to provide stable operation and constant performance characteristics over wide input voltage and temperature variations, the DC power supplies shall be regulated. The power supplies shall operate from a nominal 117 VAC 60 Hz power source. Surge protection shall be provided. C. REPEATER CONTROL CHASSIS A repeater control chassis located with the base station shall be provided to control the station when it is in the repeat mode. Control chassis shall be equipped to turn on the transmitter upon receipt of the proper signal at the station receiver. It shall be -, provided with time - out - timer, level controls and other required TCI 199 Page 4 -15 submodules for the automatic operation of the station when in the • mobile relay mode. A repeat disable switch shall be provided. D. REMOTE CONTROL CHASSIS A remote control chassis shall be provided within the station cabinet to provide for operation from a remote point via microwave or wireline and to provide an intercom function between the control console and the base station. Input and output circuits shall have a nominal impedance of 600 ohms. The remote control chassis shall be provided with _ terminations for two -wire and /or four -wire operation. Station control shall be by four -wire format. A remote disable switch shall be provided. E. METERING • Metering of all essential circuits shall be provided internally. All metering points shall be properly decoupled and connected to multi -pin metering sockets. Tuning and alignment shall be readily accomplished through the use of these metering circuits. • F. TIME -OUT TIMER To avoid inadvertant keying of the transmitter for extended periods of time, or to prevent transmitter "hang -up" due to equipment malfunction, a timer shall be provided to automatically disable the transmitter after it has been continuously keyed for a preset time interval. The timer shall be automatically reset by the remote- control circuitry and shall be adjustable from five seconds to five minutes. TCI 199 Page 4 -16 0 • s G. SERVICE MICROPHONE AND SPEAKER A microphone and speaker shall be provided to facilitate on -site servicing. 4.4.2 TRANSMITTER SPECIFICATIONS The transmitter shall be completely solid state. It shall operate in the 450 -470 MHz portion of the radio spectum and be equipped with subaudible tone squelch (CTCSS). A. RF POWER OUTPUT The power output shall be 30 watts minimum. B. DUTY CYCLE The transmitter shall be rated for continuous -duty operation. 0 C. The transmitter shall operate at full performance over an ambient temperature range of minus 30 degrees to plus 60 degrees Centigrade. D. MODULATION The transmitter shall employ frequency or phase modulation. Modulation shall be capable of producing full -rated deviation on voice peaks. Modulator deviation shall be continuously adjustable from 0 to plus or minus 5 KHz. E. FREQUENCY STABILITY All frequency- determining elements shall be temperature • compensated. No heaters or ovens shall be utilized. Total frequency TCI 199 Page 4 -17 drift shall not exceed .0002 percent from minus 30 degrees to plus • 60 degrees Centigrade. F. SPURIOUS AND HARMONIC EMISSIONS Spurious and harmonic emissions shall be attenuated below the maximum carrier level by at least minus 85 dB. G. FM NOISE FM noise level shall be at least minus 55 dB below 60 percent system deviation at 1000 Hz. H. TRANSMITTER SIDEBAND NOISE Transmitter sideband noise shall be at least minus 85 dB below carrier at plus or minus 25 RHz, and at least minus 100 dB below carrier at plus or minus 1 MHz. I. AUDIO RESPONSE Audio response shall not vary more than plus 1 or minus 3 dB from 6dB per octave pre - emphasis from 300 to 3000 Hz, referenced to 1000 Hz. J. AUDIO Audio distortion shall be 2 percent or less at 1000 Hz, 60 percent system deviation. R. POWER AMPLIFIER PROTECTION The transmitter shall have incorporated an automatic device or control circuitry that will reduce the power output to a safe level under adverse conditions such as overvoltage or transmission line or • antenna mismatch. TCI 199 Page 9 -18 r1 L 0 4.4.3 RECEIVER SPECIFICMCKS • The base - station receiver shall be single conversion and completely solid -state and crystal- controlled. It shall operate in the 450 -470 MHz portion of the radio spectrum. A. TEMPERATURE RANGE The receiver shall operate over an ambient temperature range of minus 30 degrees to plus 60 degrees Centigrade. B. SENSITIVITY Sensitivity shall be 0.35 microvolts for 20 dB quieting and 0.25 microvolts for 12 dB SINAD. C. ADJACENT- CHANNEL SELECTIVITY • Selectivity shall be at least minus 100 dB at plus or minus 20 KHz EIA SINAD. D. MODULATION ACCEPTANCE Modulation acceptance of the receiver's bandwidth shall be plus or minus 7.0 KHz. E. SPURIOUS RESPONSE AND IMAGE REJECTION Spurious response image rejection shall be minus 95 dB below an on- frequency signal level which produces 20 dB of noise quieting per EIA standards. F. INTERMODULATION SPURIOUS ATTENUATION Intermodulation spurious attenuation shall be at least minus • 80 dB in accordance with EIA standards. TCI 199 Page 4 -19 0 G. FREQUENCY STABILITY Stability shall be within .0005 percent from minus 30 degrees to plus 60 degrees Centigrade. Frequency - determining elements shall be in hermetically - sealed holders. The J ocal oscillator frequency must be adjustable to allow tuning of the receiver to the exact operating frequency. H. AUDIO DISTORTION Audio distortion shall be less than 5 percent at 1000 Hz at 5 watts output. I. AUDIO OUTPUT Audio output to local speaker shall not be less than 5 watts. Telephone -line output shall be adjustable and provide a minimum of plus 16 dBm into a 600 -ohm load. • J. INPUT IMPEDANCE Input impedance shall be 50 ohms at the receiver RF input terminal. 4.4.4. ANTENNA AND FEEDLINE A base station antenna shall be provided for the mobile relay and installed on the penthouse on the top of the Police facility. The antenna shall be a UHF -type with 5 dB gain (Phelps Dodge PD 1150, or equivalent) . The antenna can be mounted on the mast that presently supports a television antenna. There is presently a UHF antenna on that mast which feeds several monitor receivers. If that antenna is replaced with the one for the mobile relay, then some means will have to be provided by the contractor to feed the three UHF receivers from a multicoupler from the mobile -relay receive- antenna circuit. A transmission line (at least 0.5" copper TCI 199 Page 4 -20 0 line) shall be provided into the equipment room to the mobile relay, • which shall be almost directly under the antenna mast. • 4.5 RECEIVER VOTING SYSTEM -- FIRE FREQUENCY I The specifications describe the basic requirements for a receiver voting system to be used as input to the dispatch console receive circuits. Interconnection shall be via voice -grade audio links (landline). The voting selector panel shall function as the terminating and comparison point for each of the receivers used in the system. It shall be located at the Police Department Equipment Room. Voted signals shall appear at the consoles. The Fire Primary console located at the ECC shall have the capability of disabling any single satellite receiver or selecting any receiver. The Fire Primary console indicators shall reflect the overall condition of the voting system. 4.5.1 VOTING SELECTOR A. The voting selector must select the best signal at any given moment to the exclusion of all others. B. The voting selector must be able to differentiate between signals and select the better signal. It must be able to switch automatically and instantaneously to a better incoming signal as it appears. C. Switching from one receiver to another must be done so that no syllable of any word in the signal is lost and without operator awareness that such transition has taken place, except when noticeable improvement has been accomplished. C. No switching sounds, such as clicks, pops, or hisses, shall be • heard. TCI 199 Page 4 -21 D. The selector must not have a threshold of reception on a weak, noisy signal. If only one receiver has received a signal strong enough to open its audio output circuitry, that audio shall be heard at the selector. E. The selector must be expandable to accommodate additional receivers by increasing the number of line modules in an unfilled selector or by adding one or more suitably equipped auxiliary selector panels as necessary. F. The selector shall have the capability for possible future expansion to provide for repeated audio- and transmitter- keying of the appropriate voted channel, and for companion site selection. The unit shall operate into a nominal 600 -Ohm audio circuit for landline control. G. Voted receiver output shall be provided to each of the consoles or EOC control circuits operating as part of this system. H. The selector system must be essentially fail -safe so that no receiver or audio circuit failure will cause the rest of the system to malfunction or result in an interruption in communications throughout the remaining operative receivers and connecting links. 9.5.2 RECEIVERS A. Receivers operating as part of this system shall be the main -frame receivers associated with the Fire O1 base station and additional satellite receivers as specified herein. B. The technical characteristics of the auxiliary satellite receivers (two each) shall be as called out in the following section. Bidder shall quote a standby battery power source and charger which j is capable of eight -hour operation. TCI 199 Page 9 -22 . C. A receiver - voting panel shall be provided for each receiver operating as part of the voted system. It shall provide the necessary tone encoding, audio switching, line output, and terminating block for connection to the audio link feeding the selector at the central dispatch facility. i 4.5.3 SELECTOR TECHNICAL SPECIFICATIONS A. The selector shall operate over a range of minus 30 degrees to plus 60 degrees Centigrade. B. POWER The selector shall operate from a commerical power source of 117 Volt AC, 60 Hz. C. INPUT IMPEDANCE Input impedance to the selector shall be a nominal 600 Ohms. D. INPUT LEVEL Input level circuit shall accommodate receive levels to at least minus 25 dB. E. OUTPUT LEVEL Output level shall be adjustable to plus 10 dB at 600 Ohms. F. FREQUENCY RESPONSE Frequency response shall be plus 1 dB from 300 Hz to 300 Hz except for notch frequencies. TCI 199 Page 4 -23 0 0 G. UNSELECTED CHANNEL REJECTION • ` Unselected channel rejection shall be at least minus 40 dB. 11 H. RESET TIME Reset time shall be 10 milliseconds or less. 4.5.4 TONE NOTCH FILTERS All tone filtering necessary to reduce operator fatigue and to prevent tones from appearing at consoles, on the tape recorder, and on the transmitted signal shall be provided. 4.5.5 ALARM A simple alarm system shall be provided to alert the dispatcher if the commercial power source fails, switching the satellite receiver to standby battery operation. 4.5.6 SATELLITE RECEIVERS A. GENERAL Certain equipment described in this specification shall be designed and constructed as a self- contained, highly reliable satellite receiver, consisting of a receiver, receiver - control chassis, voting tone encoder, and power supply. The unit shall be provided with a backup battery and charging system (quoted separately). The receiver shall be completely solid state and crystal - controlled. It shall operate in the 30 -50 MHz portion of the radio spectrum. The receiver shall incorporate tone -coded squelch to prevent interference from co- channel users. TCI 199 Page 4 -24 11 B. CABINETS 0 The cabinet shall be of good, practical contemporary design. It shall use cold - rolled steel or other suitable alloy consistent with good structural design. Consideration shall be given to electrolytic compatability of various metals and finishes. The cabinet shall be an upright, indoor housing, not to exceed 70 inches high by 24 inches wide and 21 inches deep. A wall- mounted housing shall be acceptable. Standard 19 -inch rack -type mounting facilities shall be provided inside the cabinet for mounting the equipment- chassis assemblies. The front and rear panels shall be accessible and provided with a lock to prevent unauthorized access. Cabinet shall be designed to provide adequate ventilation and to minimize entry of dust. C. POWER SUPPLY Power supplies shall conform to all applicable EIA and FCC standards. In order to provide stable operation and constant performance characteristics over wide input voltage and temperature variations, the DC power supplies shall be regulated. The power supplies shall operate from a nominal 117 VAC 60 Hz power source. C. BACKUP BATTERY SYSTEM An automatic backup battery and charging system shall be provided that will allow a minimum of 8 hours operation in the event of power outage. Backup battery system shall provide an audible alarm tone to alert dispatchers that the system is on backup power. D. TEMPERATURE RANGE The receiver shall operate over an ambient temperature range of minus 30 degrees to plus 60 degrees Centigrade. TCI 199 Page 4 -25 0 E. SENSITIVITY Sensitivity shall be 0.35 microvolts for 20 dB quieting and 0.25 microvolts for 12 dB SINAD. F. ADJACENT CHANNEL SELECTIVITY Selectivity shall be at least minus 100 dB EIA SINAD (plus -or -minus 20 KHz). G. MODULATION ACCEPTANCE Modulation acceptance of the receiver's bandwidth shall be plus -or -minus 7.0 kHz. H. SPURIOUS RESPONSE AND IMAGE REJECTION Spurious response and image rejection shall be minus 95 dB below an on- frequency signal level which produces 20 dB of noise quieting per EIA standards. I. INTERMODULATION AND SPURIOUS ATTENUATION Intermodulation and spurious attenuation shall be at least minus 80 dB in accordance with EIA standards. J. FREQUENCY STABILITY Stability shall be within .002 percent from minus 30 degrees to plus 60 degrees Centigrade. Frequency - determining elements shall be in hermetically- sealed holders. The local oscillator frequency must be adjustable to allow tuning the receiver to the exact operating frequency. TCI 199 Page 4 -26 • 0 K. AUDIO DISTORTION 0 Audio distortion shall be less than 5 percent at 1000 Hz at 5 watts output. L. AUDIO OUTPUT Audio output to local speaker shall not be less than 5 watts. Telephone line output shall be adjustable and provide a minimum of plus 16 dBm into a 600 ohm load. M. INPUT IMPEDANCE Input impedance shall be 50 ohms at the receiver RF input terminal. N. VOTER OPERATION The receiver shall be configured to operate as a satellite receiver in the new Fire 41 voter receiver system. In the voting mode, the receiver audio shall be encoded with the appropriate signalling tones required to interface with the voting comparators. 0. CROSS MUTING The satellite receiver shall be muted whenever any VHF low band base station in the same physical facility is caused to transmit. 4.6 PAGING ENCODER SPECIFICATIONS These specifications describe a paging encoder that is to be used to alert and dispatch fire apparatus and emergency services personnel and for general paging of City staff. It shall operate through dispatch console electronics and shall be capable of operation on any of the console's active channels. TCI 199 Page 4 -27 11 Ll • The encoder shall be of solid -state construction and engineered for simplicity of operation. The unit shall be capable of providing tone -only and tone - and -voice alerting. It shall have a minimum capacity of thirty individual and six group -call tone combinations. The tones and tone format shall be totally compatible with the alerting system now used by Newport Beach Fire. It shall have the capability of all commonly used, dual -tone formats, including one - second /three- second, three - second /one- second, three- quarter- second /one - quarter - second, and other popular formats. This encoder shall be panel- mounted and shall fit into the consoles specified in Table 1. The encoder keyboard design shall be similar to a push- button telephone dial pad for ease of operation. A visual numerical display shall be provided for operator verification of the pager called. After loading the desired pager number, the unit shall sequence automatically to initiate the page after the Page button has been depressed. Each stage of the paging sequence shall be visually displayed to the operator. Manual transmission of a voice message shall occur via the normal console transmit switches. The encoder shall disable the console microphone during the sequence transmission. A paging encoder is desired that can store preprogrammed paging sequences for the complex dispatch process that is involved in a fire department having multiple stations and run patterns. A microprocessor - controlled frequency synthesizer, with formats stored in PROMS which are field changeable, would best fulfill the need of Newport Beach. The tone combinations that are now in use in the fire alerting system are Kwik -Call elements 121 -125. TCI 199 Page 4 -28 \� ac x �\Q 0 04 v v 0 GC U o a .- cr ro U C y •� ro c H ro E u E �N Gl ° N V w s r a 04 LP H N o N a) a O a 0 E e v� C a cl o a W G W' u F3 a a � a �a a U W 'O O1 y d l71 H d M .�.r w ono G 0 H 2 w i w O W m J O y i i J m F 0 i A Q, s Qa a� M slaoA °IIAy TA A�AO id S x x x x x x x x x x x tai aa? �OIS x x x x k �f x x Ia0 A a SIaUA �'iA alagl94- d dyPb 40- iQ O �AJtpll�•ia x a °a 40 x �A'004 4� ° d ° Vi - za�� x AO A �I /sj A11 a�Ad IN gas IIAJ X00 0�d x b II6 pA R� aoA °OP x x x x 1° 1 aJAdsda k X k x k IaUA a d a4O4oa06 k k k X X k x x x x x d L x x x x x x H N M z O v1 ad W U .a W E W O a x W U r7 H W 'Ni i-7 7- W r4 0 0 N x H OUQ cn H L4 zam O W m W z a O d U) a4 z M O P4 Cn W z a O m u .a P.H H W H kr4 En OOH UP+A O W U H O H H UG.WA O a 0 m 00 w 5 W 0 QHa. 0 N w w z z r U O O w O 1! w J to F _0 a 0 �Oa .r� 0 o� �Oar�0 °ADO a a Oat Uo d �Oa i4o atlt 8 44U oJ 40,D dr x x x x x x x x x x sA a JUa p a � dIp4A? @o aJilod o x x x x � duo �� aka A A 44& x x x x % x x x x x x �O9 a3r? x x x x x tA0 0 �.r x x x x 0 x x x x x x x x x x x x Z as .t �oS+ 'rid x x x k k x ag UAL ttaa � X k k X k X z 04 It cn vt W H H w ..I U O ° x a a. o N a o > w x o w o w How r4 N .7 z O O W a z W O ti W z W N a: z =) O M U z O O O c/1 U RzO W O W CL U H U W U an U 0 CITY OF NEWPORT BEACH POLICE DEPARTMENT May, 3, 1982 0 7zrt ra,aY 1 � i98z TO: City Council y •the CITY CC3JNC11 FROM: Chief of Pol i cCwrly 0 N.W WZT pW�M SUBJECT: FURNISH & INSTALL COMMUNICATIONS EQUIPMENT - EMERGENCY COMMUNICATIONS CENTER RECOMMENDATION: This report recommends awarding Contract #2325 to furnish and install communications equipment in the Emergency Communication Center to Motorola, Inc, for $115,410 and requests the Mayor and City Clerk to execute the contract. SUBJECT: The need for a new, efficient communications center has been recognized by this city. Dr. Henry Richter of Telecomm Con- sultants, Inc. was hired to provide specifications and assist- ance in obtaining the best system for our needs at the best price. Three companies bid on our specifications: ComCenter, Moducom and Motorola. DISCUSSION: Dr. Richter, in the attached letter dated March 10, 1982, out- lines the original bid amounts and the adjustments necessary to compare the bids provided by the three companies. All three companies provided highly competitive bids. Two companies, Motorola and Moducom, submitted bid totals that were quite close. In fact, the bids were so close that there has been considerable discussion regarding the bid proposals and the bid amounts. Dr. Richter addresses these issues in the attach- ed letter dated May 3, 1982. In addition to price, there were several other factors that were taken into consideration in making this recommendation, especially in light of the comparable bid submittals. First, maintenance and repair for all emergency service communi- cations is provided by Orange County Communications on a service contract basis. This agency is quite knowledgeable and exper- ienced in the servicing and repair of Motorola equipment. They Citv Council • 16 Communications Equipment Page 2 maintain a supply of Motorola spare parts and they can per- form virtually all servicing and repair of Motorola equipment. Orange County Communications gives Motorola a very high recom- mendation and attests to their excellent overall system re- liablility. Secondly, the police department has purchased Motorola equipment over the past several years and the level of service and overall equipment reliability has been quite good. A check of references, especially in Orange County, has indicated that Motorola has successfully performed similar projects and received very high recommendations. Another factor is total system integrity. Unlike ComCenter and Moducom, Motorola is the manufacturer of all the radio and console equipment to be provided. Because of this they can provide a complete, sole- source turnkey system to our specifi- cations. In addition, the equipment to be provided will have total compatibility with the Motorola radio equipment that is currently in use at the police department. From an operational and functional standpoint, the Motorola consoles and equipment comply with all our requirements. Their consoles are high quality in appearance and their console de- sign is appropriate and well suited for our operations. From the standpoint of longevity, Motorola has provided radio and console equipment for many decades while other console manufacturers have come and gone. During this time they have established a solid, dependable reputation in the communica- tions field. It can certainly be expected that Motorola will continue to provide communications equipment and service well into the future. They have an extensive engineering staff and considerable support services to assist throughout the entire service life of the equipment. CONCLUSION: Based upon all the above department that Motorola ment at the best price, tract amount of $115,410 than the original bid am items determined not to refer to addemdum #1, fo Funding for this award i ing Account #021993236. September 30, 1982. Charles R. Gro Chief of Polic factors, it is the opinion of this will provide all the necessary equip - quality and level of service. The con - to be awarded to Motorola is less ount due to the deletion of several be necessary at this time. Please r the final equipment list and prices. s proposed in the Federal Revenue Shar- The estimated date of completion is City Council • Communications Equipment Page 3 Attachments; 1. Addendum #1, Equipment 2. Letter from Dr. Richter 3. Letter from Dr. Richter 4. Letter from Mr. Moesch 5. Letter from Mr. Moesch 6. Report from Mr. Moesch and price list for contract dated March 10, 1982 dated May 3, 1982. dated March 19, 1982. dated March 29, 1982. dated May 3, 1982. award. ADDENDUM #1 Equipment and Price list QUANTITY ITEM UNIT PRICE TOTAL PRICE 1 Police Console #1 $13,407 $13,407 1 Telephone Console #2 12,759 12,759 1 Fire Console #3 12,430 12,430 1 Supervisor's Console #4 13,206 13,206 Install Console & Cabling 19,610 19,610 3 Remount & Install Maps 1,520 4,560 1 Programming Paging Encoder 2,832 2,832 1 EOC Console 9,543 9,543 1 EOC Consolette 5,479 5,479 3 Telephone Type Remotes 758 2,274 1 UHF Base Station & Antenna 3,727 3,727 Install Base Station & Antenna 749 749 Furnish Cabinet, Mount Comparators 1,266 1,266 Fire Satellite Receiver System 4,546 4,546 Back -up Battery Supply 278 278 Card Slot Map Status Displays 3,418 3,418 SUB TOTAL $110,084 TAX 5,326 CONTRACT TOTAL $115,410 This equipment and price list provides for all the necessary items and installation to be included in the contract between the City of Newport Beach and Motorola, Inc. All equipment and installation as listed shall meet the requirements of the City's Console and Radio Specifications and provide a completely operational system as stated in section 2.3 of the Specifications. r ?1FIECOMM COIA UJUAMNITS, INC, 8812 East Las Tunas Drive, San Gabriel, CA 91776 Telephone (213) 285 -0269 March 10, 1982 199/68 -1 Sgt. Paul Henisey NEWPORT BEACH POLICE DEPARTMENT 870 Santa Barbara Drive Newport Beach, CA 92660 Dear Sgt. Henisey: I am pleased to report to you the analysis of the bids received for your new dispatch center and for the associated radio equipment. As you know, three responses were received, from the ComCenter Corporation, Moducom, and the Motorola Corporation. These bids were the culmination of an extensive process involving the development of specifications for your new dispatch center, the writing of a bidding specification, and the soliciting and receiving of bids. The RFP was issued on January 12, 1982, a bidders' briefing was held on January 26, 1982, and the bids were received on March 1, 1982. The evaluation has been made on the basis of the bids and costing as submitted and on additional supplementary material and information received from the bidders after that date. It is our goal to obtain the best system possible for the City, based on the lowest price associated with a totally responsive proposal. Strictly speaking, none of the three bidders were fully responsive in their submission; all had deficiencies that had to be clarified and resolved before the final evaluation could be made; the nature of these is identified below. Needless to say, some work was required to bring each submittal into such a form that a fair and representative evaluation could be made and an accurate comparison of all aspects of the submittal could be made. The upshot of this was that adjustments were required to bring the prices of two of the bidders in line with the specifications. The "bottom —line" price submitted was adjusted in these two cases and the adjustments and calculations are shown in the following table. NEWPORT BID ANALYSIS ComCenter Moducom Motorola Bid Price 114,902 134,378.50 123,451 1. Less Tax <7,273.50> -- 2. Less Telephone -only console <2,067.00> -- 3. . Less Time Stamps <3,250.00> -- 4. Plus 4 Instacall 8,160 5. Plus 2 Satellite Rx 6,797 6. Plus Monitor Amplifier 350 7. Plus 2 Monitor Rx 1,097 8. Plus Paging Encoder 1,456 2.200 TOTALS 134,562 123,888 123,451 Sgt. Henisey 68 -1 /Page 2 NEWPORT BEACH POLICE DEPARTMENT V March 10, 1982 These figures show that the Motorola Corporation is the low bidder on the basis of the adjusted submittals. We would therefore recommend award of this procurement to Motorola. We feel that the evaluation of the different offerings has been fair and that Motorola is unquestionably the lowest responsive bidder. Let me explain the adjustments on a line -by -line basis: 1. Moducom submitted their bid with tax included. This was not asked for and the other vendors did not do this, so this amount was deducted. 2. Moducom bid a telephone -only console, which was not requested in the RFP, so this amount was deleted. 3. Moducom bid time stamps. These were to be optional and are therefore not included in the fundamental bid price. This item was deleted. 4. The ComCenter bid carried the unit price for the instant - recall recorders (this was discovered at the time of bid submittal) , so the cost of four additional recorders was added in. 5. ComCenter did not include the cost for the two satellite receivers in the bid, but listed it as an option. These should be part of the overall price. 6. ComCenter listed the cost of the speaker -patch amplifier as an option; this should have been included in the main price. 7. ComCenter listed the two monitor receivers as an option; these should have been listed in the main price. S. Both ComCenter and Moducom chose a paging encoder of lesser capability than that specified. These prices adjust the overall price commensurate with adding this capability. The bottom -line prices reflect, in our opinion, the adjusted prices on an equal- offering basis for all bidders and should therefore be the determining factor in the award. After the award notification is made, 1 would suggest negotiating with the successful bidder to consider those optional items that the City may wish to purchase, to agree on a price for these, and to make certain of their inclusion in the actual factory order. I am sure that you want to include the additional status capability on the maps, and I would suggest deleting three of the instant - recall recorders in favor of new console panels which can operate with the old tape- transport units. I would also suggest that the subject of the �r 0 0 Sgt. Henisey 68 -1 /Page 3 V NEWPORT BEACH POLICE DEPARTMENT March 10, 1982 unreasonably high installation costs be resolved with Motorola. I am sure that a substantial cost reduction can be realized here and that this will further increase the monetary gap between Motorola and the next bidder significantly. Let me comment on the deficiencies in the bid submittals. The Motorola Corporation was compliant with all requirements except for Section 2.5. They did not furnish a detailed parts list for their submittal so that we could make certain exactly what was included in each price. This list was obtained and was used to verify the suitability and completeness of their offering. The ComCenter Corporation chose a paging encoder of lesser capability than that specified. As was mentioned above, their pricing on the instant - recall recorders was deficient. They did not supply any financial or corporate information (Section #2, claification letter) ; such was requested to assure the City of financial stability and corporate longevity. The Moducom Corporation also proposed a paging encoder of lesser capability than that specified. They included one item in the bid price that was not even requested, and included an optional item there, instead of as a separate price. They did not supply any corporate financial information (Section #2 clarification letter) or other tangible assurance of financial stability and corporate longevity. Coupled with our recommendation is the suggestion that steps be taken to reduce the installation charge proposed by Motorola. A charge of $23,670 for console installation (especially compared to the other bids) is totally out of line. One way to handle this would be to delete the requirement for installation, and to either negotiate for, go out to bid for, or otherwise arrange for the installation to be done separately. A savings of at least $5,000 or maybe $10,000 should be realized. On the basis of hardware only, (excluding all installation, the bids then look like: ComCenter $117,759 Moducom 115,200 Motorola 94,472 I think that the bidding process went smoothly and I was quite pleased at the price discounting that was realized. I know your anxiety about getting the new system up and operational before the high- activity summer arrives, and I therefore would wish you every success in processing this through the City approval- and - purchasing pipeline as rapidly as possible. We will stand available to help you achieve as rapid a delivery as 7r 0 Sgt. Henisey NEWPORT BEACH POLICE DEPARTMENT March 10, 1982 68 -1 /Page 4 possible. You might want to consider funding us for a trip to the Motorola factory to bypass a lot of the field -order placing in order to make your early deadline. If there are any questions, please do not hesitate to send them along. It has been a continuing pleasure to work with you and your staff. Very truly va rs, Henry L. Richter, Ph.D., PE President HLR:dd r c.� QU 557 rn i' A L OF C.._; 7c, 8812 East Las Tunas Drive, San Gabriel, CA 91776 Telephone (213) 285 -0269 May 3, 1982 1991118 -3 Sgt. Paul Henisey NEWPORT BEACH POLICE DE 870 Santa Barbara Drive Newport Beach, CA 92660 Dear Sgt. Henisey: I am writing in response to the request you made for additional comments in our meeting this morning. This is a supplement to my letter to you of March 10, 1982 (TCI reference 199/68 -1) reporting to the City the results of the analysis we performed of the bids for your new dispatch center and the associated radio equipment. In particular, this supplemental letter has been prepared as a follow -up to the discussions that we had concerning various communications to the City by Mr. Robert Moesh of the Modular Communications Company. I thought our bid analysis and recommendation (my letter of March 10) was clear, but it did get bogged down in the fine detail of pricing. In order to give the City an evaluation of the true costs for each of the three bidders, it was necessary to make some price adjustments to place the bids on essentially the same footing. The result was that Modular Communications' price and Motorola's price were essentially the same; ComCenter Corporation's price was significantly higher. We then went on to evaluate the other factors in considerable detail, as we always do. There has been considerable discussion and analysis of the bid prices, and questions raised about the completeness of the system to be installed by the successful bidder. I would like to point out to the City that the bid specification called for a complete system (see Section 2.3 of the RFP) . Motorola took two exceptions to the specification as it was published, and neither significantly affects the system operation; we would recommend allowing these two exceptions (for consolette cross patch, which we did not ask for, and for reducing the audio power output of the satellite receivers from 5 watts to 0.5 watts). I recommend that when a contract is drawn it make the specifications in the RFP the controlling document so that there is no question about the City getting the equipment necessary to produce a fully operational dispatch center, voter satellite- receiver system, and police backup mobile -relay station. We always recommend making the client's RFP the controlling contractual document and were not overly concerned about verifying the exact completeness of Motorola's offering. it is not really productive to debate whether a given equipment description contains every last item required to make the system operate to the City's satisfaction. The point is that the contractor, by signing the agreement, assumes responsibility for providing a complete system that will operate to the satisfaction of the City. 0 • CSgt. Paul Henisey V NEWPORT BEACH POLICE DEPARTMENT May 3, 1982 • 199/118 -3 In evaluating the series of bids .which you have received and in formulating a recommendation to the City, we take a number of factors into consideration. As the specifications point out, price receives heavy weighting -- and this is as it should be. However, several parallel factors also deserve strong consideration, especially when there is close similarity in price. As I see it, our fundamental responsibility to our client, the City of Newport Beach, is to help you obtain a system that shows the highest probability of meeting your needs, and at the best possible price. We know that you want a system that will not only perform satisfactorily at the time of City acceptance, but also one that will meet your needs for the next decade or more. We therefore are concerned about the equipment and systems' long -term support and maintainability. In coming to a "bottom -line" basis for our recommendation to the City, we would advise the City to make its award to that company of the two, low, comparable bidders that will provide a clear advantage to the City in terms of unquestionable corporate stability, a long history of hundreds of millions of dollars in such equipment being placed, and the associated resources of an industrial giant. The Motorola Corporation has been in the two -way radio business for many decades. Its manufacturing and engineering support are closely available to its customers. There is no question in, our minds that Motorola's corporate policy would make certain that their customers get this service, both short -term and long -term. It is customary in the decision - making process when evaluating factors that characterize competing or essentially equal alternatives that risk factor analysis be invoked. Consideration of the relative short -term and long -term risks in this project was the determining factor, one which significantly tipped the balance toward the Motorola Corportion. With regard to the other bidder, Modular Communications, although it may not appear as such, we do have sympathy with small businesses that are trying to establish their foothold and their reputation. It is not easy to compete with the more established companies, particularly where customers are involved, when there is a requirement for conservative system aquisition and where procurement is concerned. We have no reason to quarrell with the Modular Communications' product line. We are not prepared to pass judgment on the long -term maintainability of Modular Communications' equipment (or of Motorola's or ComCenter's) because it is neither our role nor our task to perform detailed engineering evaluations of the equipment. What this recommendation is based on is the consideration that we think should be uppermost in the Newport Beach situation: obtaining a contractor and equipment that, all other things being equal, offers the City the strongest likelihood of satisfactory short -term and long -term performance. In this respect, Motorola TC,Sgt. Paul Henisey 199/118 -3 NEWPORT BEACH POLICE DEPARTMENT May 3, 1982 Corporation demonstrates clear superiority and we therefore reaffirm our recommendation that you.award the contract to Motorola. I shall look forward to meeting you at the Newport Beach City council meeting May 10. Best personal regards, 1 " Henry L. 'chter, Ph.D. ' ' , PE President HLR:rw ca QU 557 z:' MODULAR COMMUNICATIONS SYSTEMS, INC. 13309 SATI COY STREET. NORTH HOLLYWOOD. CALIFORNIA 91605'(213)764-1333 March 19, 1982 Mr. Frank H. Clarke III Purchasing Agent City of Newport Beach City Hall 3300 Newport Boulevard Newport Beach, Ca. 92663 Dear Mr. Clarke This letter is to confirm my conversation with you on March 16, 1982 with regard to the recommendation to award the contract for the Emergency Communications Center's consoles and related equipment to Motorola. I an formally protesting this recommendation for the reasons listed below: 1. Motorola was not the low responsive bidder 2. Motorola was not a compliant bidder 3. The bid evaluation was biased toward Motorola 5. Modular Communications Systems was the low, compliant and responsive bidder and should be awarded the contract. As I mentioned, during our conversation, I was particularly disturbed over this recommendation because I personally reviewed the proposals at the time of the bid opening and noted that Motorola's bid, while it appeared to be lower, did not contain a number of items which were required. Nor did it contain sufficient information to properly evaluate its compliance. Motorola was not the low responsive because all items were not included in the basic bid price. Instead these were either omitted or else shown as an option. For example: Addendum date February 4, 1982 , page 2 paragraph 4 " The Contractor will supply the two additional satellite receivers and a low bank antenna and transmission line" Addendum dated February 4, 1982, page 2 paragraph 6 " the contractor shall supply an audio amplifier ......speakers ". Addendum dated February 4, 1982 page 2, paragraph 7 "The contractor is therefore to include in his bid a line -item price for two additional monitor receivers ......... type." None of these items were included in the proposal bid sheet or on any equipment list. The option price sheet presented by Motorola included a charge of $549.00 for mounting the Recall Recorders, and thus was not included in the basic price. 13 When I questioned how Motorola could be considered to be a responsive bidder, Dr Henry Richter, the City's consultant, told me that Motorola provided him with an equipment list after the bids were opened and also advised him that the missing items were included in the installation price of $23,670.00. I questioned the legality of this procedure because every sealed competitive bid I have been involved in re- quired me to have all of the information included with the proposal package. Further, for Motorola to say that all missing equipment is included in labor costs strikes me as somewhat strange. It would be more plausible to have it included in equipment groups already listed, or as I did, prepare another line item. Motorola was not a compliant bidder because they did not provide sufficient information for the evaluating committee to properly evaluate their proposal. Also, they did not bid on all items. For example: TABLE I "CONSOLE REQUIREMENTS" calls for a telephone position with specific equipment being housed in the turret. Motorola did not include this item. This is in addition to what was mentioned in the previous paragraph. I mentioned this to Dr. Richter and was told that he did not ask for that to be included. I pointed out that it is specifically mentioned on his TABLE 1, so he re- marked that he will subtract that amount from my bid. Again, every competitive bid I have ever been involved in would have rejected the bidder for not including all items rather than change the rules after the fact just to avoid rejecting them. The Bid Evaluation was biased towards Motorola because the Consulting firm has demonstrated a biase on all projects they are involved in towards Motorola. I do not know of a single instance where they have recommended any other supplier, other than Motorola , for providing consoles. This is true regardless whether or not they were low or high bidder. In fact, I do not know of any instance where they were ever rejected for being none compliant by this consulting firm. This seems strange to me. The list below are some of the projects with which I have some knowledge. Stockton Ca. Motorola Monterey Park , Ca. Motorola Torrance Ca. Motorola Clovis, Ca. Motorola L.A. Unified School Motorola Yolo County Motorola San Diego, Ca Motorola Montclair, Ca Motorola Rialto, Ca. Motorola IlDland, Ca. Motorola El Monte, Ca. Motorola I am sure that a further study will reveal that,all recommendations were for Motorola as I stated earlier. When I was notified of the recommendation, Sergeant Henisey told me that the recommendation was based upon low bid. However, when I questioned such things as the $38,244.00 for one year service versus our price of 3,600.00 he told me that they said it was an error and that it should have been approximately $15,000.00. He also told me that they told him that all equipment not identified was included in the installation price as I mentioned earlier. Another reason mentioned for selecting Motorola was that Orange County Communi- cations would be familiar with Motorola and could service their equipment. I reminded him that Orange County Communications services our equipment for the City of Laguna Beach and for the City of Brea without any problem. a4 � • The next reason given was that when they deleted certain items and added other items, Motorola became the low bidder. This practice is highly unusual in fairly conducted bidding situations with which I am familiar. It is plain to see that every effort was made to justify Motorola's bid, even to the point of stretching all known rules regarding the practice of com- petitive bids. Even after all of this they were only able to get them $321 below Modular Communications Systems low responsive bid. It sure seems to me that my original concerns were real, the same concerns I expressed to Sergeant Henisey prior to the bid date. I asked him directly whether or not the City wanted to buy Motorola's equipment and he told me that the City wanted competitive bids. I then explained why I was concerned about the bid process because TCI has always shown,' a partiality towards Motorola, and he again assured me that he was only in- terested in the best competitive bid. Finally I told him that if,after submitting a bid, I was low and they recommended Motorola, that I would protest to the City Council about the biase and did he still want me to submit a bid. He again assured me that he did and that the bid review will be conducted honestly and fairly. Well I did submit the bid, and I was the low responsive bidder and they did recommend Motorola, so I am now protesting that recommendation and am asking you,the City Manager, and the City Council to please investigate this and award my company the bid. Modular Communications Systems's proposal provides for all of the equipment specified and at the lowest competitive price. The proposal is complete and addresses all requirements. Further, our equipment provides the City with much more capability than they would get from the recommended bidder. I find it outrageous to have my proposal evaluated by a consultant who has never even took the time to visit my factory, which is local, or to visit or call the local installation, and yet have time to visit Motorola "s factory in Illinous. How can he possibly be in a position to properly evaluate our proposal against Motorola's. It is obvious he was not able to do so, nor does it appear that he wanted to conduct a fair evaluation, otherwise there would have been no reason to bend all rules of honesty in the bidding process. I am sure that you will concur after you have an opportunity to verify these charges, that Modular Communications Systems truly deserves the award based on being the low, compliant and completely responsive bidder. I am sorry about having to make these charges, but as I told you, we want to do your project and I want to alert you to what I consider unethical practices on the part of your consultant. If you have any questions after reading this, please advise. Also, please let me know when this item will come before the City Council so that I may attend. Sincerely; ch Robert " A. Moesch President cc: Sgt. Paul Henisey '00 GAZETTE _ — PAGL ( Z� 15 rs a- :r •e d e e 3 K d t City accepts police -moire radio bid despite objections of losing bidd eM A $111.352 cant-.act for police and fire radio equ!pment :vas awarded to Modular Communi- ca"nns Inc. ov the Kalamazoo Citv Commission Monday, despite objections from the only other bidder. ?.n official of Motorola Communications and Electronics Inc. told the commission .hat ltis conipany deserved the contract because Modular did aot afrer a ore -tear warranty on parts and iah,r as required by the city s specdicat%ons. 3iirion l4•ecdeard of 31otor ^la said his corn. panv s bid of x114.929 was higher boczs>e n includod an ' extended warranty worth 54.245. If the city wanted on iv a stardard one -dear warranty, '.lOfGIU13.5 bid could be reduced by 54.254, making it the low bid by StM. 4'endzard said. However. city Purchasing Agent R'iliard Kane said Modular did offer a one -year warranty by stating in its bid that it "will replace any and all defective material for a period of one year at no .Qrst to the city If 'Motorola was allowed to lower t-d_LAt would be char._ine the rules of the canne aftcr fact," Kane said. He added that Motoro!a would not be stlr t meet Lhe citv's deadline for hav! :g t:`:e ❑r. communications equipment installed by while Modular said it could meet the deadiino Modular promised to deliver the ecc:omrnt w trnn 90 days and 'nave it installed within ;-10 dad's. ^e said. The C;tv Commission also awarded a 3153 contract to the )tiller -Davis Co. for remode::::g the first floor of the police departmenl w; t it a new commumcationscenter willbeinstal;. ;i C;h police and fire communications are be: %: combined 'o prepare for an area -wide : ;tt emergency telephone system this year, sa I Police Chief Jrhn Ross. A computer-a.dod dispatch center will be purchased for the 311 system. he said. The entire police fire communications prop,, t estimated to cost about 3400.W0, will enable Q, police and fire departments to reduce ;taifta. and wiii make additional records•steraee a•: ailatle m the polio `.udding. he said. MODULAR COMMUNICATIONS SYSTEMS, INC. 13309 SAT] COY STREET. NORTH HOLLYWOOD. CALI FORN [A 9t605-(213)764-1333 March 29. 1982 Mr. Frank H. Clarke III Purchasing Agent City of Newport Beach City Hall 3300 Newport Boulevard Newport Beach, Ca. 92663 Dear Mr. Clarke; I received the copy of TCI's bid evaluation from your office on March 26, 1982 along with the copy which was mailed from the Police Department on March 22, 1982 and I want to thank you for your prompt response. I reviewed Dr. Richter's analysis and found it most interesting, not so much from what he concludes, but rather from how he arrived at his results. He certainly has a way with either ignoring or minimizing pertinent facts. For example, no where in his analysis does he comment on the WARRANTY OPTION on page 1B of the proposal which shows Motorola's price as being 38,244.00 versus my price of $3,600.00 and ComCenter's price of approximately $5,000.00. This is very significant because at the Pre -bid conference I asked why they would want a maintenance price when they were already using Orange County Communications and I was told that that arrangement was not very secure since there was talk about the possibility of that organization not being available for Newport Beach's maintenance in the near future. Another example is in his adjustments to bring all bidders to a "bottom line" price,he con - vienently ignored the ommission of the line item for the two (2) monitor receivers called for in Section #2, clarification letter on Motorola's proposal. Further he completely overlooked or ignored my option on page 5 -14 where a price reduction of $1,100.00 was offered if the City wanted the monitor receivers which are comparable to those specified. We offered General Electric's top of the line MASTR II models while Comenter offered the lesser line and I presume, since there was not any inform- ation in Motorola's submittal, that which ComCenter offered was determined to be in compliance and comparable to what Motorola supposedly offered after the fact. If this is true then Modular Communications Systems' price becomes $122,763 or $688.00 less than Motorola's price of $123,451, thus making us low compliant bidder. The tone of his report tries to convey the impression that he labored diligently trying to be completely objective in arriving at his conclusion and recommendation when in fact it is just the opposite. He makes a big deal out of ComCenter's failure to extend their 'price for the Insta Calls and their showing items as options rather than including them in the basic bid price as well as our showing an option price for date time stamps as a line item and for including a telephone position as a line item which he claims he did not ask for despite his TABLE I "CONSOLE REQUIREMENTS ". But then he minimizes the ommission of Motorola in providing sufficient technical data, equipment lists, and other items called for in Section 2.5 DOCUMENTATION which states "Any and all items which are bid must have a complete model number, technical specification broc ure inc u ing pictures an or of er ocumentation w is u y PURCH.AS!NG APR 1. 19Q2 He does say, however, that he did request and receive all of this information after the bids where opened and that the information clearly defined their proposal. This, as I stated in my letter dated March 19, 1982, clearly violates the intent of sealed competitive bids. It is particularily so for RFPs since they are supposed to be completely definitive at the time of submission. His attempt at implying that Modular Communications Systems was non - compliant because it bid a telephone -only console supposedly not asked for, it included an option price item as a separate line item in the basic bid, it proposed an encoder which did not appear to have all of the capability requested, and it did not provide financial data to determine our longevity and stability is absolutely outrageous. j Let me comment on each of these items individually: Telephone only console not asked for - Attached is a copy of TABLE I "CONSOLE REQUIREMENTS" from the specifications. You. will note the last item in the left hand column entitled "Auxiliary Telephone Positions" which requires (1) Telephone Panel, (2) Panel space for 911 ANI, (3) Telephone /Headset Interface, and (4) Instant Recall Recorder. Now I ask you, why would all of that information be deliniated if it was not required? Option Price for Date Time Stamps included as a line item - I pre- sumed that because they discussed the requirement for mounting the date time stamps at the Pre -bid conference they intended to purchase them if the price was competitive and thus by including it in the basic bid, as a separate line item, the City could see the total cost impact. In any event, this did not impact the bid price because the City could delete this as specified in Section 2.23. Proposed an encoder of lesser capabilities than that which was re- quested - The proposed encoder,ZETP.ON CE1000, is a highly reliable and versatile device which is capable of performing many functions. It does not, however, have a preprogrammed feature, which I stated in my Section 5, and therefore, does not satisfy that requirement. I know of only one company which manufactures a device such as that and that company is ComCenter, one of the bidders for this requirement. However, I do not have the confidence in its reliability, and there - fore,if I do not have confidence in a device, I would be dishonest with the City if I proposed it. I would suggest that the City in- vestigate the device and if they still wanted it the item could be deleted from my bid. We will be willing to install the device at no extra charge. No financial data to determine longevity and financial stability - Notwithstanding Section #2 clarification letter which states that the bidder must assure the City of its financial stability, page 6 of the proposal "Statement of Financial Responsibility" states that a bidder could either submit this with its proposal or provide it one (1) work day after the bidder is determined to be the low bidder. We are will- ing to comply with that as is attested to with my signature. It is understandable for the City to want that assurance, however, our longevity was established at the Pre -bid conference when I quest- ioned Section 2.15 "Bidder Qualifications" paragraph A where it re- quired a bidder to be in business for ten (10) years. Both Dr. Richter and Sergeant Henisey agreed that we would be acceptable even though we have been in business, as a company, for only four (4) years. They • concurred that our company possessed the experience and demonstated capability to successfully perform to the specifications. As far as assuring the City of our financial stability, I would think that our being able to obtain a Performance Bond for the bid amount would be of some assurance since this would certainly protect the City. Financial stability and certainty of continuation in business over the life of the equipment is purely subjective. As we are all aware, many large, and presumably successful companies with a history of great longevity are suddenly in doubt. I can only tell you that we certainly intend to be in business many more years than the life of your equipment. We believe that we have the resources and desires to continue. I find it somewhat unusual for him to make a glowing recommendation about a bidder in one breath, and then tell you that they have an unreasonably high installation cost in the next. What further concerns me is his blatant attempt at conducting sole source negotiations for the City with a bidder which has not even been selected and approved by the City. It certainly appears presumptuous of him to suggest amounts of savings of $5,000 or $10,000 should the City enter into an agreement with Motorola. How could he possibly know whether or not the price is reasonable or that Motorola would be willing to negotiate once the award was made? Does he know something which we do not? His attempt to eliminate the installation price to show the City what a great difference in price it would make between Motorola and our company ignores entirely the RFP.which called for a completely installed system performed under the respons- ibility of one supplier. The suggestion of going out to bid again for the installation does not address what would happen to the warranty on the equipment should another service shop, not associated with Motorola, be awarded the installation contract. This seems to be somewhat irresponsible on his part, unless he has reason to believe who would get the contract.I am sure Motorola would not honor any warranty on the consoles if they were assembled by someone other than a factory authorized service shop. The suggestion that the pedite the order poses two have with a company's prod he be completely impartial 2. How come this potential analysis? City fund him for a visit to Motorola so that he can ex- questions. 1. What sort of influence could a consultant action schedule, and if he does have that influence could in evaluating other bidders whenever Motorola is involved? cost to the City was not included in his "Bottom Line" Mr. Clarke, it is very plain, Dr H. Richter and TCI are completely biased toward Motorola even to the point of being highly unethical. The facts show Modular Commun- ications Systems to be the low,compliant, responsive bidder as well as show Motorola as being totaly non - responsive to your RFP. I plead with you to do the correct and ethical thing, recommend my company for the award, the award which rightfully belongs to us. We will provide the City with the finest communications consoles available today and we will work very closely with the City in expediting and completing the installation in a timely fashion. I am awaiting your call advising me when we could meet to review this prior to it going before the City Council. Si�ncer'el obert Hoesch President I • r . J • • m z z w i w cc uj W w J O z O W J F 1 aMA d 10 jro �A�s Sja4Ad ,r °jjA p'lAJ � .ta ys J aOIS aa? X X X k k x x X k X k x x x x x x x tai A sjad�� o a U A A aJata t4ASr � zyjb a �Oa AJ rAtl I sp, a� RAJ aAd op - rau�OJ�CI /s104 � U ° !� >a jIAJ UoJ �cI tj A ap p 6 b, A� j03 aJA yGa 31, GA dS aT d aUOyda �Ad tai X x x x x x x x x x x x x x; x x x x X k x x x x � x X x x x z W U (n � U] HG, Zol oo-. z. W O o w z W Z 41 0 w x W U o ¢ ZWu) Z�c U.-+H z. n Al > o w z W Z :. 0 a W o Z Lo UZ wu cezz d O C SwF XWH =Cw0 Iwo E- CLI ao FROM: MODULAR COMMUNICATIONS SYSTEMS TO : CITY OF NEWPORT BEACH SUBJECT: CONSULTANT'S RECOMMENDATION FOR POLICE RADIO SYSTEM DATE: MAY 3, 1982 In TeleComm Consultants, Inc.'s letter of March 10, 1982, the writer, Henry L. Richter, states that all proposals were deficient and that our deficiencies are as follows: * Paging Encoder of lesser capability than requested. * Telephone Answering Position not requested. * Date Time Stamps as a line item instead of as a separate option price. * Did not provide corporate financial data. I will comment on each item and provide the evidence which will show that we are in complete compliance with the specifications. PAGING ENCODER OF LESSER CAPABILITY THAN REQUESTED The specifications on Page 4 -27 and 4 -28 under paragraph 4.6 describes the paging encoder as follows: 1 Solid State and simple to operate 2 Capable of providing tone only and tone and voice alerting 3 Minimum capacity of 30 individual and 6 group call combinations 4 Tones & tone format compatible with existing alerting system 5 Capability of all commonly used dual tone formats 6 It shall be panel mounted 7 It shall have telephone type keyboard 8 It shall have visual numerical display 9 After loading the desired page number the unit shall sequence automatically to initiate the page after the Page button has been depressed . 10 Each stage of paging shall be visually displayed 11 PagingEncoder can store preprogrammed paging sequences. Micro- processor - controlled frequency synthesizer with formats stored in PROMS which are field changeable would best fulfill the need of Newport Beach. Modular Communications Systems offeres the ZETRON C -1000 which fully complies with the specifications. The specifications do not call for a preprogrammed Coded Push button as is being implied by the consultant. In fact, every bidder offered like devices, except Motorola. Instead, they proposed a USF -100 -9 Unipage I which is an obsolete device manufactured by ComCenter Corp and which is non compliant be- cause it does not have a telephone type keypad. Further, I assume the USF100 -9 is a typo and should be USS100 -9 because that is an invalid number. THEREFORE MODULAR COMMUNICATIONS SYSTEMS IS FULLY COMPLIANT TO THIS REQUIREMENT. See Attached Specification page - Zetron Specification Sheet, and Comcenter's Specification sheet. TELEPHONE ANSWERING POSITION NOT REQUESTED The consultant claims that he did not specify this position and therefore should be deleted. Sgt. P. Henisey states that he told us at the Pre -Bid conference that this position was not required. I attended the pre -bid conference and do not recall the subject even coming up. I believe the tape recording will show that I raised most of the questions, no of which concerned a telephone answering position. In any event, if this item was deleted, it should have been included in the addendum which addressed those items raised at the pre -bid conference. Since it was not, all bidders must bid to the published specifications which clearly show it to be required. Listed below are the sections in the specifications which call for this item. 1. Page 3 -2 , Para 3.1 2. Page 3 -8 , Para 3.4 A 3. Page 3 -8 , Para 3.4 B 4. Page 3 -9 , Para 3.4 F 5. FIGURE 1 6. TABLE 1 The specifications call for a telephone answering position which we addressed in our proposal. We proposed a three (3) bay answering Position Console with turrets since the specifications were silent as to how it should be configured. This is explained in our proposal as follows: 1. Page 5 -4 2. Drawing No. 3416 3. Page 8 -3 THEREFORE MODULAR COMMUNICATIONS SYSTEMS IS THE ONLY BIDDER FULLY COMPLIANT TO THIS REQUIREMENT. See attached sheets for support. SEPARATE THAN This was addressed in my letter dated March 29, 1982. The reason for including it as we did was explained. In any event, it is not any deviation to the specifications because it was shown separately and was easily deleted from the total price. DID NOT PROVIDE CORPORATE FINANCIAL DATA The specifications (Page 6 of PROPOSAL) asked for financial information to be submitted at the time of bid submission or within one working day after being notified as being the low responsive bidder. We chose not to submit this information with the submittal in accordance with our option. The addendum issued by Sgt. P. Henisey dated February 4, 1982 , page 2, item 2 does not alter the financial data requirement as called for on Page 6 of the PROPOSAL, it does call for "the likelihood of a long -term availablility of warranteed service and replacement parts." This requirement was addressed in the proposal and at the prebid conference. aa' 0 • The request for the likelihood of a long -term availablitiy of warranteed service is some what of a mute point. The specifications Page 2 -4, para. 2.12 calls for only 90 days warranty against defects in design, material and workmanship which cannot by any stretch of the imagination, be considered "long- term ". In fact, this warranty period is unusual by its shortness. Most specifications require a minimum of one year for parts. The request for assurance for availability of replacement parts was provided in the only manner I know of, and that is by certifying to maintaining the parts. This was done in Section 11 of the Proposal. The assurances which the City desires can only be given by those means available to us. For example: An equipment design which uses common components obtainable from more than one source. Certification that replacement parts will be stocked and will be provided for a minimum of ten years. In the case of our bid, the City has assurances from other manufacturers besides MODULAR COMMUNICATIONS SYSTEMS. For example. General Electric for all of the RF equipment. Echo Communications for the recorders. Further, a list of Users is provided which can be used to verify our responsiveness and reliability. Additional assurance is given by the requirement for a Performance Bond, which will be in force until the project is completed and out of warranty. The main thrust here is that no one can give iron clad assurance of future events. This even applies to large companies as is witnessed by current events. In our case, this question always seems to have to be addressed. It arose in BREA and we satisfied them that we are viable and responsible. This was for a much larger and more complex system than is being proposed for Newport Beach. We also satisfied the City of Santa Monica and the State of California. Insummary, MODULAR COMMUNICATIONS SYSTEMS COMPLIED FULLY WITH THIS REQUIREMENT. For a point of interest, What did Motorola provide to meet this requirement? I believe that the deficiencies have been addressed and that we have shown that MODULAR COMMUNICATIONS SYSTEMS is the only bidder fully compliant to the specifications. The next section will prove that we are also the lowest compliant bidder. :z3' • • On page 1 of TeleComm Consultants, Inc.'s letter dated March 10, 1982 Henry Richter presents a Table entitled NEWPORT BID ANAYSIS which seems to indicate that only Motorola is compliant and that Modular Communications Systems is deficient in certain areas. Below will be the correct analysis which does not show Motorola as being the low responsive bidder. 142,818 The prices used for Motorola's adjusted cost are those from their price book where part numbers are shown or from Moducoms price for the equipment proposed. As can be seen, Motorola is considerably higher, $18,963 to be exact. This adjustment does not consider the areas of non - compliance which will be addressed later. MODUCOM MOTOROLA BID PRICE PER PROPOSAL 134,378.50 123,451 Sales Tax not shown by Motorola ( 7,273.50) Option DTS not required ( 3,250.00 Bid Price after Moducom adjustments 123,855.00 123,451 Telephone only position 2,067 Monitor Amplifier 350 Upgrade of Alert Monitor 1,100 Orange Channel tone encoder (6 -freq. encoder 81327 5 @ 515) 2,575 Transmit /Receive Modules not provided (TI-RI 81310 -A 7 @ 1,140) 7,980 Lo -Band antenna for Receivers 2 @ 1,000 2,000 DTS cutout shown as option (QLN7699A ) 2,175 Desk top for Police Back -up console (B1229 ) 560 Desk Top for Supervisor console (B1229 ) 560 142,818 The prices used for Motorola's adjusted cost are those from their price book where part numbers are shown or from Moducoms price for the equipment proposed. As can be seen, Motorola is considerably higher, $18,963 to be exact. This adjustment does not consider the areas of non - compliance which will be addressed later. ANALYSIS OF MOTOROLA's SUBMITTAL PRICE - Motorola, after adjustments is $18,963 higher than Modular Communications Systems compliant bid. AREAS OF NON- COMPLIANCE 1. Did not include Remote Speaker Patch called for in addendum dated 2 -4 -82 page 2, para. 6.which called for an audio amplifier with at least 20 -watts capability. 2. Specifications call for a to -band receiver which will operate in 30 -50 MHz portion of the radio spectrum.(Page 4 -24, para4.5.6) Motorola proposed in the equipment list Model CO3RTBI108SPIRA Spectra Tac Receiver which is in the UHF range of the radio spectrum and thus will not work in the voter system proposed for the Fire Department. 3. The Specifications Addemdum dated 2 -4 -82, page 2, para. 4 calls for the bidder to provide a low bank antenna and transmission line. Motorola proposed to multi - coupler this to the existing antenna for the 4- frequency base station presently located at the FIre Stations. This does not comply with the requirement, nor was it addressed as an exception as specified on Page 2 -2, para. 2.4 which states "deviations must be stated at time of bid opening." Further, it calls for the reasons given for deviating from the specifications. This also opens another area, if the TLE1802A 6 -Port Receiver Multicoupler is to be used, is it to -band or is it UHF as is the receiver? 4. Specifications Page 2 -2, para. calls for "best equipment available ". This is also called for on Page 3 -3, para. 3.2. Motorola offered Model M04CNB3100 alert monitor which is not the top of the line. 5. Specifications Page 3 -9, sub -para E and Page 4 -8 calls for providing cutouts for recessed date time stamps. Addendum dated 2 -4 -82 page 1, para 1 does not change this requirement. Instead, it requests an optional price for five time stamps. These were included as an option price. 6 Specifications Page 3 -3 refers to TABLE 2 "CONSOLE RADIO CHANNELS" for the "transmit -and- receive frequency modules which are to be obtained." and which clearly shows 12 T/R and 5 Receive only for the Police - Telephone- and Fire consoles and 11 T/R and 5 Receive only for the Supervisor and EOC consoles. Further,it calls for 8 T/R modules for the c onsolette. Motorola provided for 10 T/R and 6 Receive only modules for all full consoles thus being short seven (7) modules. 7. Specifications require complete consoles with writing surface (Page 4 -2 and Figure 1). Motorola did not provide the writing surface for either the tele- phone console or the Supervisor's console. 8. Specifications Page3 -12 requires tone control for the Orange County system. Motorola did not provide the encoders to perform this requirement. 9. Specifications Page 3 -2, Page 3 -8, Page 3 -9, Figure 1, and TABLE 2 all call for a telephone answering position. Motorola did not prvide for this re- quirement. 10. Specifications require a Paging encoder with a telephone keypad. Motorola provided for an obsolete number which does not have access by means of a keypad. Instead, it requires a card. . a5 i • AREAS OF NON- RESPONSIVENESS 1. Specifications Page 2 -2, para. 2.5 requires all technical and descriptive material to be submitted at the time of the bid opening. Motorola did not respond to this requirement. Instead, they submitted an equipment list after the bid opening. They are still non - responsive in this area because they did not submit any information on their proposed encoder, the alert monitors, and the specific receivers being offered. Further, they failed to describe fully their understanding of the requirement. This is borne out by their failure to offer the proper equipment or to provide all of the required equipment. 2. They did not provide adequate panel and console drawings as specified in Page.3 -3, para.3.2. There are many more instances of both non - compliance and non- responsiveness on Motorola's part, but I am sure the areas we have documented is proof sufficient that Motorola is not the low c ompliant bidder as is stated by the consultant. The specifications describe how the bid submittals areto be evaluated. They include the following: 1. 2. 3. 4. 5. 6. Using the B apparent: Most weight TOTAL PRICE Responsiveness to the technical specifications Degree to which the equipment exceeds the specifications Management assurance of high quality ? Bidder's ability to provide installation of all equipment to professional standards. Suitability of total offering. ID AWARD CRITERIA called for on Page 2 -8, para. 2.22 the following is MODUCOM MOTOROLA TOTAL PRICE 123,855 142,818 Responsiveness FULLY (1) NON- RESPONSIVE Exceeds specifications GREATLY - Assurance of high quality ? ? Bidders Ability PROVEN ? Suitablilit:y COMPLETE (2) NON- COMPLIANT (1) Failure to submit technical data with proposal as well as with the second try. (2) Ten (10) identified and documented areas of non - compliance. • a6 a • The analysis performed by Modular Communications Systems was based on the in- formation submitted to the City at the time of the bid opening as well as the information (equipment list) submitted by Motorola after the opening. This in- formation was submitted to the consultant. Based on these findings it is apparent to any open minded individual that Motorola DID NOT submit a complete or compliant bid, nor could they be considered to have submitted the lowest responsive bid as stated by the consultant. In addition to the findings discussed in the preceding pages, the consultant failed to recognize the high cost of first year maintenance proposed by Motorola. The Warranty Option of $38,244 represents approximately 35% cost to maintain the equipment during the first year. Whether or not this option is exercised is not the question, rather it is what reasonable and intelligent person would consider equipment which will cost 35% of the purchase price to maintain during its first year of use. More so when the other bidders show 2 or 3% as their maintenance cost. In summary, MODULAR COMMUNICATIONS SYSTEMS has proven itself to the the LOW, COM- PLIANT, AND RESPONSIVE bidder to the City of Newport Beach's console requirements and should be awarded the contract. By awarding the contract to us, the City will demonstate that it believes in the competitive bid process and that it recognizes that the evaluation process as performed was incomplete at best. MODULAR COMMUNICATIONS SYSTEMS, INC. 13309 SATICOY STREET. NORTH HOLLYWOOD. CALIFORNIA 91605-(213)764,1333 April 20, 1982 Mr. Donald Strauss 101 Via Venezia Newport Beach, Ca. 92663 Reference: Police Communications Bid Dear Mr. Strauss; I want to thank you for taking the time to listen to my concerns over the manner in which the bid process was conducted for the above referenced equipment. I also want to apologize for intruding on your time away from the City's business. I am enclosing three documents, which are as follows: 1. Modular Communications Systems' letter of 3 -19 -1982 2. TeleComm Consultants, Inc.'s letter dated 3 -10 -1982 3. Modular Communications Systems' letter dated 3 -29 -1982 Once you have had an opportunity to review them, I am sure you will conclude, as I do, that the bidding process and recommendation on Dr. Henry Richter's part is a complete farce. Not only has he clearly demonstrated his biase, but he has also shownthat he is unable to conduct a professional and ethical evaluation by his failure to include certain significant price quotations in arriving at his con- clusions. I sincerely hope that you have an opportunity to make your review prior to the next council meeting. As I mentioned, it is certainly not fair to either you or I if I am restricted to presenting my protest only at the meeting where it is a general practice to allocate a certain amount of time for each item. This is particularily so if you and the other members had only a short time to prepare yourselves to make the correct and equitable decision which is so necessary when public c onfidence in government is at sllch.:a low ebb. It is my opinion that it is vital to protect the integrity of competitive bidding, because failure to do so causes the City to suffer far more than it causes suffering by responsible vendors who submit costly proposals in good faith. If you have any questions concerning this please call me at the number shown above. Sinc 06 r Moesscchi// President _ 7r, March 10, 1982 0 'rfLEraMM rQNSU XAN7S. I NC4k 8812 East Las Tunas Drive, San Gabriel, CA 91776 Telephone (213) 285 -0269 Sgt. Paul Henisey NEWPORT BEACH POLICE DEPARTMENT 870 Santa Barbara Drive Newport Beach, CA 92660 Dear Sgt. Henisey: 1Cr_N 199/68 -1 I am pleased to report to you the analysis of the bids received for your new dispatch center and for the associated radio equipment. As you know, three responses were received, from the ComCenter Corporation, Moducom, and the Motorola Corporation. These bids were the culmination of an extensive process involving the development of specifications for your new dispatch center, the writing of a bidding specification, and the soliciting and receiving of bids. The RFP was issued on January 12, 1982, a bidders' briefing was held on January 26, 1982, and the bids were received on March 1, 1982. The evaluation has been made on the basis of the bids and costing as submitted and on additional supplementary material and information received from the bidders after that date. It is our goal to obtain the best system possible for the City, based on the lowest price associated with a totally responsive proposal. Strictly speaking, none of the three bidders were fully responsive in their submission; all had deficiencies that had to be clarified and resolved before the final evaluation could be made; the nature of these is identified below. Needless to say, some work was required to bring each submittal into such a form that a fair and representative evaluation could be made and an accurate comparison of all aspects of the submittal could be made. The upshot of this was that adjustments were required to bring the pricez of two of the bidders in line with the specifications. The "bottom -line" price submitted was adjusted in these two cases and the adjustments and calculations are shown in the following table. NEWPORT BID ANALYSIS ComCenter Moducom Motorola Bid Price 114,902 134,378.50 123,451 1. Less Tax <71273.50> -- 2. Less Telephone -only console <2,067.00> -- 3. Less Time Stamps 0,250.00 -- 4. Plus 4 Instacall 8,160 5. Plus 2 Satellite Rx 6,797 6. Plus Monitor Amplifier 350 7. Plus 2 Monitor Rx 1,097 S. Plus Paging Encoder 1.456 2.200 TOTALS 134,562 123,888 123,451 TrSgt. Henisey 68 -1 /Page 2 NEWPORT BEACH POLICE DEPARTMENT y March 10, 1982 These figures show that the Motorola Corporation is the low bidder on the basis of the adjusted submittals. We would therefore recommend award of this procurement to Motorola. We feel that the evaluation of the different offerings has been fair and that Motorola is unquestionably the lowest responsive bidder. Let me explain the adjustments on a line -by -line basis: 1. Moducom submitted their bid with tax included. This was not asked for and the other vendors did not do this, so this amount was deducted. 2. Moducom bid a telephone -only console, which was not requested in the RFP, so this amount was deleted. 3. Moducom bid time stamps. These were to be optional and are therefore not included in the fundamental bid price. This item was deleted. 4. The ComCenter bid carried the unit price for the instant - recall recorders (this was discovered at the time of bid submittal) , so the cost of four additional recorders was added in. 5. ComCenter did not include the cost for the two satellite receivers in the bid, but listed it as an option. These should be part of the overall price. 6. ComCenter listed the cost of the speaker -patch amplifier as an option; this should have been included in the main price. 7. ComCenter listed the two monitor receivers as an option; these should have been listed in the main price. 8. Both ComCenter and Moducom chose a paging encoder of lesser capability than that specified. These prices adjust the overall price commensurate with adding this capability. The bottom -line prices reflect, in our opinion, the adjusted prices on an equal- offering basis for all bidders and should therefore be the determining factor in the award. After the award notification is made, I would suggest negotiating with the successful bidder to consider those optional items that the City may wish to purchase, to agree on a price for these, and to make certain of their inclusion in the actual factory order. I am sure that you want to include the additional status capability on the maps, and I would suggest deleting three of the instant - recall recorders in favor of new console panels which can operate with the old tape- transport units. I would also suggest that the subject of the -r r Sgt. Henisey 68 -1 /Page 3 V NEWPORT BEACH POLICE DEPARTMENT March 10, 1982 unreasonably high installation costs be resolved with Motorola. I am sure that a substantial cost reduction can be realized here and that this will further increase the monetary gap between Motorola and the next bidder significantly. Let me comment on the deficiencies in the bid submittals. The Motorola Corporation was compliant with all requirements except for Section 2.5. They did not furnish a detailed parts list for their submittal so that we could make certain exactly what was included in each price. This list was obtained and was used to verify the suitability and completeness of their offering. The ComCenter Corporation chose a paging encoder of lesser capability than that specified. As was mentioned above, their pricing on the instant - recall recorders was deficient. They did not supply any financial or corporate information (Section #2, claification letter); such was requested to assure the City of financial stability and corporate longevity. The Moducom Corporation also proposed a paging encoder of lesser capability than that specified. They included one item in the bid price that was not even requested, and included an optional item there, instead of as a separate price. They did not supply any corporate financial information (Section #2 clarification letter) or other tangible assurance of financial stability and corporate longevity. Coupled with our recommendation is the suggestion that steps be taken to reduce the installation charge proposed by Motorola. A charge of $23,670 for console installation (especially compared to the other bids) is totally out of line. One way to handle this would be to delete the requirement for installation, and to either negotiate for, go out to bid for, or otherwise arrange for the installation to be done separately. A savings of at least $5,000 or maybe $10,000 should be realized. On the basis of hardware only, (excluding all installation, the bids then look like: ComCenter $117,759 Moducom 115,200 Motorola 94,472 I think that the bidding process went smoothly and I was quite pleased at the price discounting that was realized. I know your anxiety about getting the new system up and operational before the high- activity summer arrives, and I therefore would wish you every success in processing this through the City approval- and - purchasing pipeline as rapidly as possible. We will ,stand available to help you achieve as rapid a delivery as TC, Sgt. Henisey NEWPORT BEACH POLICE DEPARTMENT March 10, 1482 68 -1 /Page 4 possible. You might want to consider funding us for a trip to the Motorola factory to bypass a lot of the field -order placing in order to make your early deadline. If there are any questions, please do not hesitate to send them along. It has been a continuing pleasure to work with you and your staff. Very truly rs, Henry L. Richter, Ph.D., PE President HLR:dd cr`n 2 A QU 5597 tin L Ijy MODULAR COMMUNICATIONS SYSTEMS, INC. 13309 SATICOY STREET. NORTH HOLLYWOOD. CA LI FORN IA 9t6o5 > �zi3) 764 -1333 larch 29. 1982 Mr. Frank H, Clarke III Purchasing Agent City of Newport Beach City Hall 3300 Newport Boulevard Newport Beach, Ca. 92663 Dear Mr. Clarke; I received the copy of TCI's bid evaluation from your office on ;larch 26, 1982 along with the copy which was mailed from the Police Department on March 22, 1982 and I want to thank you for your prompt response. I reviewed Dr. Richter's analysis and found it most interesting, not so much from what he concludes, but rather from how he arrived at his results. He certainly has a way with either ignoring or minimizing pertinent facts. For example, no where in his analysis does he comment on the WARRANTY OPTION on page 1B of the proposal which shows lotorola's price as being 38,244.00 versus my price of $3,600.00 and ComCenter's price of approximately $5,000.00. This is very significant because at the Pre -bid conference I asked . why they would want a maintenance price when they were already using Orange County Communications and I was told that that arrangement was not very secure since there was talk about the possibility of that organization not being available for Newport Beach's maintenance in the near future. Another example is in his adjustments to bring all bidders to a "bottom line" price,he con - vienently ignored the ommission of the line item for the two (2) monitor receivers called for in Section #2, clarification letter on ;lotorola's proposal. Further he completely overlooked or ignored my option on page 5 -14 where a price reduction of $1,100.00 was offered if the City wanted the monitor receivers which are comparable to those specified. We offered General Electric's top of the line MASTR II models while Comenter offered the lesser line and I presume, since there was not any inform- ation in Motorola's submittal, that which ComCenter offered was determined to be in compliance and comparable to what Motorola supposedly offered after the fact. If this is true then Modular Communications Systems' price becomes $122,763 or $638.00 less than Motorola's price of $123,451, thus making us low compliant bidder. The tone of his report tries to conv trying to be completely objective in a when in fact it is just the opposite. to extend their price for the Insta Cal than including them in the basic bid p for date time stamps as a line item and item which he claims he did not ask for But then he minimizes the ommission of data, equipment lists, and other items states "Any and all items which are bid ey the impression that he labored diligently rriving at his conclusion and recommendation He makes a big deal out of ComCenter's failure Is and their showing items as options rather rice as well as our showing an option price for including a telephone position as a line despite his TABLE I "CONSOLE REQUIREMENTS ". Motorola in providing sufficient technical called for in Section 2.5 DOCUMENTATION which must have a complete model number, technical specification brochure includinq pictures and/or other docume i He does say, however, that he did request and receive all of this information after the bids where opened and that the information clearly defined their proposal. This, as I stated in my letter dated March 19, 1982, clearly violates the intent of sealed competitive bids. It is particularily so for RFPs since they are supposed to be completely definitive at the time of submission. His attempt at implying that Modular Communications Systems was non - compliant because it bid a telephone -only console supposedly not asked for, it included an option price item as a separate line item in the basic bid, it proposed an encoder which did not appear to have all of the capability requested, and it did not provide financial data to determine our longevity and stability is absolutely outrageous. Let me comment on each of these items individually: Telephone only console not asked for - Attached is a copy of TABLE I "CONSOLE REQUIREMENTS" from the specifications. You will note the last item in the left hand column entitled "Auxiliary Telephone Positions" which requires (1) Telephone Panel, (2) Panel space for 911 ANI, (3) Telephone /Headset Interface, and (4) Instant Recall Recorder. Now I ask you, why would all of that information be.deliniated if it was not required? Option Price for Date Time Stamps included as a line item - I pre- sumed that because they discussed the requirement for mounting the date time stamps at the Pre -bid conference they intended to purchase them if the price was competitive and thus by including it in the basic bid, as a separate line item, the City could see the total cost impact. In any event, this did not impact the bid price because the City could delete this as specified in Section 2.23. an encoder of lesser capabilities than that which quested - The proposed encoder,ZETRON CE1000, is a highly reliable and versatile device which is capable of performing many functions. It does not, however, have a preprogrammed feature, which I stated in my Section 5, and therefore, does not satisfy that requirement. I know of only one company which manufactures a device such as that and that company is ComCenter, one of the bidders for this requirement. However, I do not have the confidence in its reliability, and there - fore,if I do not have confidence in a device, I would be dishonest with the City if I proposed it. I would suggest that the City in- vestigate the device and if they still wanted it the item could be deleted from my bid. We will be willing to install the device at no extra charge. No financial data to determine longevity and financial stability - Notwithstanding Section #2 clarification letter which states that the bidder must assure the City of its financial stability, page 6 of the proposal "Statement of Financial Responsibility" states that a bidder could either submit this with its proposal or provide it one (1) work day after the bidder is determined to be the low bidder. We are will- ing to comply with that as is attested to with my signature. It is understandable for the City to want that assurance, however, our longevity was established at the Pre -bid conference when I quest- ioned Section 2.15 "Bidder Qualifications" paragraph A where it re- quired a bidder to be in business for ten (10) years. Both Dr. Richter and Sergeant Henisey agreed that we would be acceptable even though we have been in business, as a company, for only four (4) years. They concurred that our company possessed the experience and demonstated capability to successfully perform to the specifications. As far as assuring the City of our financial stability, I would think that our being able to obtain a Performance Bond for the bid amount would be of some assurance since this would certainly protect the City. Financial stability and certainty of continuation in business over the life of the equipment is purely subjective. As we are all aware, many large, and presumably successful companies with a history of great longevity are suddenly in doubt. I can only tell you that we certainly intend to be in business many more years than the life of your equipment. We believe that we have the resources and desires to continue. I find it somewhat unusual for him to make a glowing recommendation about a bidder in one breath, and then tell you that they have an unreasonably high installation cost in the next. What further concerns me is his blatant attempt at conducting sole source negotiations for the City with a bidder which has not even been selected and approved by the City. It certainly appears presumptuous of him to suggest amounts of savings of $5,000 or $10,000 should the City enter into an agreement with Motorola. How could he possibly know whether or not the price is reasonable or that Motorola would be willing to negotiate once the award was made? Does he know something which we do not? His attempt to eliminate the installation price to show the City what a great difference in price it would make between Motorola and our company ignores entirely the RFP which called for a completely installed system performed under the respons- ibility of one supplier. The suggestion of going out to bid again for the installation does not address what would happen to the warranty on the equipment should another service shop, not associated with Motorola, be awarded the installation contract. This seems to be somewhat irresponsible on his part, unless he has reason to believe who would get the contract.I am sure Motorola would not honor any warranty on the consoles if they were assembled by someone other than a factory authorized service shop. The suggestion that the City fund him for a visit to Motorola so that he can ex- pedite the order poses two questions. 1. What sort of influence could a consultant have with a company's production schedule, and if he does have that influence could he be completely impartial in evaluating other bidders whenever Motorola is involved? 2. How come this potential cost to the City was not included in his "Bottom Line" analysis? Mr. Clarke, it is very plain, Or H. Richter and TCI are completely biased toward Motorola even to the point of being highly unethical. The facts show Modular Commun- ications Systems to be the low,compliant, responsive bidder as well as show Motorola as being totaly non - responsive to your RFP. I plead with you to do the correct and ethical thing, recommend my company for the award, the award which rightfully belongs to us. We will provide the City with the finest communications consoles available today and we will work very closely with the City in expediting and completing the installation in a timely fashion. I am awaiting your call advising me when we could meet to review this prior to it going before the City Council. Sincere �� oR bert Hoesch 11.,.....: 4 --a F z W i w O m W J O 0) z 7 ut J m a �a U' Oa a� X x x I OPd FPUZ IrPyS A Uoa x x x x f x x raU P a slaUo' P Pd aJala I 9P sr syj�' ?° S O 00 x JPJ ?A ?tD a�P0Ca x v lI A s 0 'r°aP �IJaP OJ G3 �4ta� x x J <9 O X �aA ,z° ?A�j/ orAP Ur f. ` .c dd' `'o A IF Pa� aLP °O 40 x x x x UI aJ yG, a jaGPd PdS ti x x x x x Iaar aUo UP x x'r x x x x - jas ;, x c x x x x x x N z z v, xzz z z a o a o aaF .~am zavai z PW.. Uz Xa[~n 00 P, C4 F k. M L) co W UO 6 F a MODULAR COMMUNICATIONS SYSTEMS, INC. 13309 SATICOY STREET. NORTH HOLLYWOOD. CALIFORNIA 131605.1.213?764 -1333 March 19, 1982 Mr. Frank H. Clarke III Purchasing Agent City of Newport Beach City Hall 3300 Newport Boulevard Newport Beach, Ca. 92663 Dear Mr. Clarke This letter is to confirm my conversation with you on March 16, 1982 with regard to the recommendation to award the contract for the Emergency Communications Center's consoles and related equipment to Motorola. I am formally protesting this recommendation for the reasons listed below: 1. Motorola was not the low responsive bidder 2. 111otorola was not a compliant bidder 3. The bid evaluation was biased toward Motorola 5. Modular Communications Systens was the low, compliant and responsive bidder and should be awarded the contract. As I mentioned, during our conversation, I was particularly disturbed over this recommendation because I personally reviewed the proposals at the time of the bid opening and noted that Motorola's bid, while it appeared to be lower, did not contain a number of items which were required. Nor did it contain sufficient information to properly evaluate its compliance. Motorola was not the low responsive because all items were not included in the basic bid price. Instead these were either omitted or else shown as an option. For example: Addendum date February 4, 1982 , page 2 paragraph 4 " The Contractor will supply the two additional satellite receivers and a low bank antenna and transmission line" Addendum dated February 4, 1982, page 2 paragraph 6 " the contractor shall supply an audio amplifier ......speakers ". Addendum dated February 4, 1982 page 2, paragraph 7 "The contractor is therefore to include in his bid a line -item price for two additional monitor receivers ......... type." None of these items were included in the proposal bid sheet or on any equipment list. The option price sheet presented by Motorola included a charge of $549.00 for mounting the Recall Recorders, and thus was not included in the basic price. • When I questioned how Motorola could be considered to be a responsive bidder, Or Henry Richter, the City's consultant, told me that Motorola provided him with an equipment list after the bids were opened and also advised him that the missing items were included in the installation price of $23,670.00. I questioned the legality of this procedure because every sealed competitive bid I have been involved in re- quired me to have all of the information included with the proposal package. Further, for Motorola to say that all missing equipment is included in labor costs strikes me as somewhat strange. It would be more plausible to have it included in equipment groups already listed, or as I did, prepare another line item. Motorola was not a compliant bidder because they did not provide sufficient information for the evaluating committee to properly evaluate their proposal. Also, they did not bid on all items. For example: TABLE I "CONSOLE REQUIREMENTS" calls for a telephone position with specific equipment being housed in the turret. Motorola did not include this item. This is in addition to what was mentioned in the previous paragraph. I mentioned this to Or. Richter and was told that he did not ask for that to be included. I pointed out that it is specifically mentioned on his TABLE I, so he re- marked that he will subtract that amount from my bid. Again, every competitive bid I have ever been involved in would have rejected the bidder for not including all items rather than change the rules after the fact just to avoid rejecting them. The Bid Evaluation was biased towards Motorola because the Consulting firm has demonstrated a biase on all projects they are involved in towards Motorola. I do not know of a single instance where they have recommended any other supplier, other than Motorola , for providing consoles. This is true regardless whether or not they were low or high bidder. In fact, I do not know of any instance where they were ever rejected for being none compliant by this consulting firm. This seems strange to me. The list below are some of the projects with which I have some knowledge. Stockton Ca. Motorola Monteray Park , Ca. Motorola Torrance Ca. Motorola Clovis, Ca. Motorola L.A. Unified School Motorola Yolo County Motorola San Diego, Ca Motorola Montclair, Ca Motorola Rialto, Ca. Motorola Upland, Ca. Motorola El Monte, Ca. Motorola I am sure that a further study will reveal that all recommendations were for Motorola as I stated earlier. When I was notified of the recommendation, Sergeant Henisey told me that the recommendation was based upon low bid. However, when I questioned such things as the. $38,244.00 for one year service versus our price of 3,600.00 he told me that they said it was an error and that it should have been approximately $15,000.00. He also told me that they told him that all equipment not identified was included in the installation price as I mentioned earlier. Another reason mentioned for selecting Motorola was that Orange County Communi- cations would be familiar with Motorola and could service their equipment. I reminded him that Orange County Communications services our equipment for the City of Laguna Beach and for the City of Brea without any problem. The next reason given was that when they deleted certain items and added other items, Motorola became the low bidder. This practice is highly unusual in fairly conducted bidding situations with which I am familiar. It is plain to see that every effort was made to justify Motorola's bid, even to the point of stretching all known rules regarding the practice of com- petitive bids. Even after all of this they were only able to get them $321 below Modular Communications Systems low responsive bid. It sure seems to me that my original concerns were real, the same concerns I expressed to Sergeant Henisey prior to the bid date. I asked him directly whether or not the City wanted to buy Motorola's equipment and he told me that the City wanted competitive bids. I then explained why I was concerned about the bid process because TCI has always shown,' a partiality towards Motorola, and he again assured me that he was only in- terested in the best competitive bid. Finally I told him that if,after submitting a bid, I was low and they recommended Motorola, that I would protest to the City Council about the biase and did he still want me to submit a bid. He again assured me that he did and that the bid review will be conducted honestly and fairly. Well I did submit the bid, and I was the low responsive bidder and they did recommend Motorola, so I am now protesting that reconmendation and am asking you,the City Manager, and the City Council to please investigate this and award my company the bid. Modular Communications Systems's proposal provides for all of the equipment specified and at the lowest competitive price. The proposal is complete and addresses all requirements. Further, our equipment provides the City with much more capability than they would get from the recommended bidder. I find it outrageous to have my proposal evaluated by a consultant who has never even took the time to visit my factory, which is local, or to visit or call the local installation, and yet have time to visit Motorola "s factory in Illinous. How can he possibly be in a position to properly evaluate our proposal against Motorola's. It is obvious he was not able to do so, nor does it appear that he wanted to conduct a fair evaluation, otherwise there would have been no reason to bend all rules of honesty in the bidding process. I am sure that you will concur after you have an opportunity to verify these charges, that Modular Communications Systems truly deserves the award based on being the low, compliant and completely responsive bidder. I am sorry about having to make these charges, but as I told you, we want to do your project and I want to alert you to what I consider unethical practices on the part of your consultant. If you have any questions after reading this, please advise. Also, please let me know when this item will come before the City Council so that I may attend. Sincerely; f /�oert . Moe ch Robert A. Moesch President cc: Sgt. Paul Henisey r. 0 0 City accepts police -fire radio bid despite objections of losing bidd �. .%, 'Ill !3,2 ^intact for pc;iril and fare radio 4')."Frenl 'A 1s 1•.Varded to Modular Cr-mmuni- caf.'.ns Inc. the Y,3'-iTr,3zw Cit-.- Cornrnission llr,:riay. ric•,)itc nblilct:orl; iron the only other rider .n oricai of M ).or'Aa Corninlinicativns and Ly-tron�:,s 'ric, told the l-,nim:csion that his �011"JIOW-j0l>'Ved .he -,)-tract because M-du!t.r •'d t ftzr a "I •)n party ind If ire Sizv nn!y a a,dard wa:'r,intv, Mtorw a s bid ccuid be by 4-!,:54. maKtng it the low bid Iny $1369 Wendprd said. However. c;,,v ?urphasing Azent Wil'ard Kane said Modular did or_`cr a one—ear warranty be stating in its bA that it "will replace any and all defective material ior a period c; year at no t• GIQ C;ry if Motorola was allowed to 'rawer it% hizl -LIZZ Kane SaL He that Mowro!a iapu.d not he 'X( nn2et (Iie citv's deadline for ll�e 1 corrmumcatiorts equipment iastall-n bN 3:;n,: wall- nodular sa,6 't eocld meet "le Modular promiszd 'o deliver the vqt,to,:. nt w-nin 91) days and have it iiista:,rid 'A::-3n nays. v he said. aifn a-.yarded 3 i132 c,ntr3ct to lmy f-o. for ii-s7 floor of the pniice ciepart,-,Ilrit Wi. 1r, ::e W Mln M!ztl!r'a t6as center will 1.'e ivstain. I (`:tv 1,o!,,.,e and fire minmunications ar- b-m:ni c-m: l!niid ',' prapzre for an area-wide ernergencv televnorie system this year. a:0 Police Chief .1.-,hn Ross, A computer-ztl,..,,A ampatch center w,,.Il be purchased for the '411 s;stem, he said. The entire police -fire cemrnunicat, ',ts nr(:,.,; I estimated to coqt. about S4M,000, wi!l vi�:Ole 1, poiice and fire clepartments to reduce and ixiii make a,.Idittonal records-stera,,,e i,-ailabl- in the pr)jic 6:uLldirig, he said.